Loading...
HomeMy WebLinkAboutC-3449(A) - Sunset Ridge ParkCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC April 14, 2016 Environmental Construction, Inc. Attn: Farid Soroudi 21550 Oxnard Street, Suite 1050 Woodland Hills, CA 91367 Subject: Sunset Ridge Park — C -3449(A) Dear Farid Soroudi: On April 14, 2015, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 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 April 22, 2015. Reference No. 2015000204112. The Surety for the contract is Vigilant Insurance Company and the bond number is 8232-06-13. Enclosed is the Faithful Performance Bond. Sincerely, o44tiw • �hv" Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov PREMIUM IS FOR THE CONTRACT TERM AND i BJECT TO ADJUSTMENT BASED ON FINAL CONTRACT. ,<ICE Premium $43,203.00 EXHIBIT C CITY OF NEWPORT BEACH BOND NO. 8232-06-13 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 43,203.00 _ , being at the rate of $ 14.40 per thousand for the first $500K' thousand of the Contract price. "$8.70 per thousand for the next $2M, $6.90 per thousand for the next $2.5M & $6.30 per thousand for the next $2.5M WHEREAS, the City of Newport Beach, State of California, has awarded to Environmental Construction, Inc. hereinafter designated as the "Principal," a contract for Sunset Ridge Park Project in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Vigilant Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Five Million Two Hundred Fourteen Thousand Eight Hundred Twenty and 001100 ($5,294,820.00) 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 welt and truly to be made, we bind ourselves, our heirs, executors and adminlstrotors, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the,Principat, PLthe _. Princip-61 heirs, exeou ors, administrators, successors, or assigns, fall 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 lhr time and in the manner thereln specified, and in all respects according to Its true intent and meaning, or falls to indemnity, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety wilt faithfully perform the same, in an amount not exceeding the sun specified In this Bond; otherwise this obligation shall become null and void. 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 City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. -- . ...._.._ ..._._ ....._ .. Envlronmental Construction, Inc. Page C-1 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 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 formai acceptance of the Project by 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 duty executed by the Principal and Surety above named, on the 18th., day of December _-W 20 t3 Environmental Construction, Inc. Name of_Contractor (Principal) Vigilant Insurance Company Name of Surety 15 Mountain View Road Warren, NJ 07059 _ -____ Address of Surety _ (212)612-4000 Telephone -- ithorize ignalure/Title 1 Authorized gent Si lure Stephanie Hoang, A -in-Fact _ Print Name and Title _ NOTARY ACKNOWLEDGMENTS OF CONTRACTORAND SURETY MUSTDEATTACHE'D Environmental Construction, Inc. Page C-2 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of 4-t �✓ On /aZ 10.. a O / 3 before me, (Here insert name and title of tK officer) personally appeared /p✓ 4 S00'40K f) ," , who proved to me on the basis of satisfactory evidence to be the personf4 whose namq(81 is/are subscribed to the within instrument and acknowledged to me that he/sI%/tivy executed the same in hist/tl elr authorized capacity(ie5), and that by his/4&t]}eir signature(mg) on the instrument the personal, or the entity upon behalf of which the personWacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ,4 ALAN SUAF4MV Z0601 Commission * 2008404 Notary PubNc • Calffsrela WITNESS my hand and official seal. Los Angeles county 3 eMyCorrm. Expires fab 23, 2017 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07 800-873-9865 www.NmaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. in such instances, any alternative acknowledgment verbiage as mqv be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed • The notary public must print his or her time as it appears within his or her commission followed by a comma and then your title (notary public). • Print the reacts) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they, is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. r Indicate title or type of attached document, number of pages and date. ry Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of Ogren a J} On ���o before me, Barbara Copeland, Notary Public Date Here Meeh Name arM Tlee d Me OMlae personally appeared Stephanie Ho no Nemels) o Slener(s BARBARA COPELAMD Commission # 2016340 k ,,u Notary Public - Caiibrnia Orange County M. Gomm. Expires Apr 19, 2017 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that -he/shelthey executed the same in *is/herAheir authorized capacity(iss), and that byttislhedtheir signature(s) on the instrument the person(e), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my t nd and official seal. Signature A& tJ Place Notary Seal Above 5%, f Notary Pudic UYI IUryAL Though Me 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 Date Signers) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Stephanie Hoang ❑ Individual ❑ Corporate Officer—Title(s):. ❑ Partner —❑ Limited ❑ General _ * Attorney in Fact ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signers Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Shawn Blume, Eric Lowey, Stephanie Hoang and Mark Richardson of Costa Mesa, California ------ each as their hue and lawful Alloww- in. Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as sunny, thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed N the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in sad bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and apested these presents and agured their corporate seals on this 26th day of August, 2011. etltS.'en�� dEl, Assistant Secretary David rns, Jr., Vice Pres STATE OF NEW JERSEY �� 8s. County of Somerset On this 26th day of August, 2010 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the Foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duty swum, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seats thereof, that the seals affixed te the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority M the Sy- Laws of Mid Canpanies; and that he signed said Power of Attorney as Assistant Secretary M said Companies by tike authority, and that he is acquainted with David B. Norms, Jr., and knows him to be Vire President of said Companies; and that the signature of David B. Noma, Jr., subsoribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By - Laws and in deponent's presence. Notarial Seal KATHERINE J. ADELAAR E NOTARY PUBUC OF NEW JIM NOTARY W. 2316665 xg �.4 commission boirr July 16, 2014 Notary Pubic PUBLIC y�%'JER9� CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY' `Ab powers of attomey for and on oehaff of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant VIce President jolndy with the Secretary or an Assistant Seuetery, under their respective designations. The signature of such officers may be engraved, printed or litnographed. The signature of each of the following officers: Chairman, 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 attomey or to any certificate relating thereto appointing Assistant Secretaries or Attorneys in- Fact for purposes only of executing and attesting bonds and undertakings and otter writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile east 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 with respect to area bond or undertaking to which it is attached." 1, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (Its °Companies-) do hereby certify that t) the foregoing extract of the By- Laws of the Companies is true and corm, () the Companies are duty licensed and authorized to transact surety business in all 50 tithe United States of America and the District of Columbia and are authorized by the U.S. Treasury Department further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in Amerimm Samos. Guam, and each of the Provinces of Canada except Prince Edward Island; and (i) the bregning Power of Attorney is true, correct and in full tome and effect. GNerf under my hand and seals of said Companies at Warren. NJ this 18th 'k'gAMr .n 'McwYbaf'• dayof December 2013 m Kenneth C�stant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903. 3493. Fax (908) 903. 3&% e-mail: surety@chubb.com Form 15-10.02256- U (Ed. 5.03) CONSENT CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC June 30, 2015 Environmental Construction, Inc. Attn: Farid Soroudi 21550 Oxnard Street, Suite 1050 Woodland Hills, CA 91367 Subject: Sunset Ridge Park - C -3449(A) Dear Farid Soroudi: On April 14, 2015, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 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 April 22, 2015, Reference No. 2015000204112. The Surety for the bond is Vigilant Insurance Company and the bond number is 8232-06-13. Enclosed is the Labor & Materials Payment Bond. Sincerely, "b.' Leilani p"CJ brU ' Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 9 Fax: (949) 644-3039 9 www.newportbeachca.gov Premium Listed On Performance Bond EXHIBIT B CITY OF NEWPORT REACH BOND NO. 8232-06-13 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Environmental Construction, Inc, hereinafter designalcd as the "Principal," a contract for the Sunset Ridge Park Project in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract 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 an this bond will pay the same to the extent hereinafter set forth. NOW. THEREFORE. We the undersioned Princieal. and, _ – Vigilant Insurance Company `--ize _____._..-___-- ..._..._........__—_.. .. .. duly authorized Ea lransarl bU$fneS9 under the taws of the Slate of California, as Surety, (refarred to herein as "Surely") are held and firmly bound unto the City of Newport Beach, in the sum of Five Million Two Hundred Fourteen Thousand Eight Hundred Twenty Dollars and 00/100 ($5,214,820.00) 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, rail to pay for any, materials, pro_visions-..o..r other supplies ...... –_ implements or machine y 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 attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall Inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 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 9500 et seq. of the Civil Code of the State of California. Environmental Construction, Inc. Page B-1 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 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 obllgatlons under this Bond. IN WITNESS WHEREOF, this instrument has been duty executed by the above named principal and Surety, on the 18th day of December 2013 T Environmental Construction, Inc. N:-nse of Contractor (Principal) Vigilant Insurance Company Name of Surely 15 Mountain View Road Warren, NJ 07059 Address of Surely (212) 612-_4000 Telephone Y Print Name and Title NOTARY ACKNOWLEDGML-NTS OF CONTRACTOR --_ AND SURETY MUST 8E ATTACHED Environmental Construction, Inr,. Page 5-2 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of OWi On Za2 0 104? before me, (Here insert name and title personally appeared.Q.4,;—SdA?aa t i who proved to me on the basis of satisfactory evidence to be the person(z) whose name(4 islaW subscribed to the within instrument and acknowledged to me that he/she/tj ey executed the same in his/bei/tb}e'Ir authorized capacity(jeS), and that by his/der/tlleCr signature(a'J on the instrument the person(g), or the entity upon behalf of which the person(Wacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ALAN i COnVolesion • 2008404 Notary Public - California WITNESS my hand and official seal. Los Angeles county _ ^ A^^My Comm, �ires�Feb 23, 201 Signature oofNNu ry Alipf (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) or description of attached document continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attomey-in-Fact ❑ Trustee(s) ❑ Other 2008 Version CAPAv12.10.07800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California most contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity, of the signer). Please check the document carefully for proper notarial wording and attach this form ifrequired. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which most also be the same date the acknowledgment is completed. • The notary public must print his or her time as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/shelthey— is tare) or circling the correct forms. Failure to correctly indicatethis information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If real impression smudges, re -seal if a sufficient areapermits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused car attached to a different document. Indicate title or type of attached document, number of pages and date. +i Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT @W"> Avn 0... Nl State of California County of Orange On 421� 13 before me, Barbara Copeland, Notary Public Date - Here Insert Nemo erM 7xle d M. ONcar � personally appeared Stephanie Hoang Nemeta) d SgreI who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that -he/sheRhey executed the same in+hislttedtheir authorized capacity(ies), and that byNstherAheir signature(4 on the instrument the persoro), or the entity upon behalf of which the person(e) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my and and official seal. Signature' Pl Notary Seal Fbove mgnatuv d NOW, Public OPTIONAL 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 lomr to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Nama: Stephanie Hoang ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner —❑ Limited ❑ General X Attorney in Fact ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: I� Number of Pages: Signer's Net ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RICHTTHUMSPRINT OF SIGNER BARBARA COPELA"D f Commission #2018?4° .g z +fit Wary Public - Cai:fornia e Orange County fylll Comm. Expires Apr 19, 2017 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that -he/sheRhey executed the same in+hislttedtheir authorized capacity(ies), and that byNstherAheir signature(4 on the instrument the persoro), or the entity upon behalf of which the person(e) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my and and official seal. Signature' Pl Notary Seal Fbove mgnatuv d NOW, Public OPTIONAL 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 lomr to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Nama: Stephanie Hoang ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner —❑ Limited ❑ General X Attorney in Fact ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: I� Number of Pages: Signer's Net ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RICHTTHUMSPRINT OF SIGNER RFCF1\,/ D Recorded in Official Records, Orange County RECORDIN�,� UESTED BY AND Hugh Nguyen, Clerk -Recorder WHEN REC`pp D `RFJ �C�: I IIII! Illilllllllllllllllllll lllllllllllllilllllllllllllllllli 111 111 NO FEE *$ R 0 0 0 7 4 b 1 4 3 2$ City Clerk T 2015000204112 8:04 am 04/22/15 City of Newport Beach 47 411 N12 1 j 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Environmental Construction, Inc. of Woodland Hills, CA, as Contractor, entered into a Contract on December 11, 2013. Said Contract set forth certain improvements, as follows.- Sunset ollows: Sunset Ridge Park C -3449(A) Work on said Contract was completed, and was found to be acceptable on April 14, 2015 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Vigilant Insurance Company. PubiiL6Works Direcfor City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on b ��� at Newport Beach, California. BY A" 4, City Clerk 1�1.Ll FO I CITY OF NEWPORT BEACH a� CITY CLERK'S OFFICE gt�FORN�P Leilani Brown, MMC April 16, 2015 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following projects: • Sunset Ridge Park Contract No. C -3449(A) • Big Canyon Reservoir Auxiliary Maintenance Yard Contract No. C-5222 • Ocean Piers Maintenance Contract No. C-5539 Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincerely, �I Leilani I. Brown, MMC City Clerk Enclosures 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 9 Fax: (949) 644-3039 9 www.newportbeachca.gov RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Environmental Construction, Inc. of Woodland Hills, CA, as Contractor, entered into a Contract on December 11, 2013. Said Contract set forth certain improvements, as follows: Sunset Ridge Park C -3449(A) Work on said Contract was completed, and was found to be acceptable on April 14, 2015 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Vigilant Insurance Company. City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �, �6� �i5 at Newport Beach, California. BY " 4. �IIVYV r = City Clerk CTY OF F NEWPORT BEACH City Council Staff Report April 14, 2015 Agenda Item No. 7 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Andy Tran, Senior Civil Engineer PHONE: (949) 644-3315 TITLE: Sunset Ridge Park — Notice of Completion and Acceptance of Contract No. 3449 (CAP09-0076) ABSTRACT: On December 10, 2013, City Council awarded Contract No. 3449 for the construction of Sunset Ridge Park, to Environmental Construction, Inc. for a total contract cost of $5,214,820.00 plus a contingency allowance of approximately 10 percent. The required work is now complete and staff requests City Council acceptance and close out of the construction contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code; and c) Release the Faithful Performance Bond one year after City Council acceptance. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following account: Account Description Account Number Amount Major Facilities Master Plan 7412-C5100515 $ 5,387,986.02 Total Construction Cost: $ 5,387,986.02 7-1 DISCUSSION: Overall Contract Cost/Time Summary This contract involved the construction of a 13.7 acre park situated on the northwest corner of West Coast Highway and Superior Avenue in the West Newport community. Active amenities include a PONY league baseball field, two soccer fields, warm-up field, and a children's play area. Sunset Ridge Park also provides passive amenities such as a picnic area with restrooms, a memorial butterfly garden, a shaded overlook area with views of the Pacific Ocean, and meandering walkways throughout the park. This contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract costs are as follows: Original bid amount: $ 5,214,820.00 Actual cost of bid items constructed: $ 5,214,820.00 Contract change order: $ 173,166.02 Final contract cost: $ 5,387,986.02 The final overall construction cost was approximately 3.3% over the original bid amount but well within the overall budget including the contingency amount. The 3.3% difference was partly attributed to unstable existing soil conditions that were unforeseen and encountered in the park grading process, which resulted in a 1.1 percent increase to the overall project cost. Staff also directed the contractor to implement several park features to improve the functionality of the park. The two most notable features include automatic programmable locks for the restroom gates and anti -graffiti coating for all exposed structures. In addition, staff made modifications to the steel overlook trellis structure due to the lack of availability of material. These added features and modifications, along with other minor changes, resulted in a 2.2 percent increase to the overall project cost. The original contract allowed for 180 consecutive working days to complete the original scope of work. The contractor was allowed 52 additional working days due to inclement weather and additional time needed to complete extra work associated with change orders. The project was substantially completed on December 5, 2014. A summary of the project schedule is as follows: Estimated Completion Date per July 2014 Schedule: December 12, 2014 Project Awarded for Construction: December 10, 2013 Completion Date per Contract and Approved Extensions: December 10, 2014 Actual Substantial Construction Completion Date: December 5, 2014 7-2 Actual Awarded Contract Final Cost at Contingency % Due to % Due to Amount Completion Allowance Contract Directed Unforeseen Change Change Change $5,214,820.00 $5,387,986.02 Approx. 10% +3.3% 2.2% 1.1% Actual Time Allowed Contract Time (days) 232 -3 Under - or Over +) This contract involved the construction of a 13.7 acre park situated on the northwest corner of West Coast Highway and Superior Avenue in the West Newport community. Active amenities include a PONY league baseball field, two soccer fields, warm-up field, and a children's play area. Sunset Ridge Park also provides passive amenities such as a picnic area with restrooms, a memorial butterfly garden, a shaded overlook area with views of the Pacific Ocean, and meandering walkways throughout the park. This contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract costs are as follows: Original bid amount: $ 5,214,820.00 Actual cost of bid items constructed: $ 5,214,820.00 Contract change order: $ 173,166.02 Final contract cost: $ 5,387,986.02 The final overall construction cost was approximately 3.3% over the original bid amount but well within the overall budget including the contingency amount. The 3.3% difference was partly attributed to unstable existing soil conditions that were unforeseen and encountered in the park grading process, which resulted in a 1.1 percent increase to the overall project cost. Staff also directed the contractor to implement several park features to improve the functionality of the park. The two most notable features include automatic programmable locks for the restroom gates and anti -graffiti coating for all exposed structures. In addition, staff made modifications to the steel overlook trellis structure due to the lack of availability of material. These added features and modifications, along with other minor changes, resulted in a 2.2 percent increase to the overall project cost. The original contract allowed for 180 consecutive working days to complete the original scope of work. The contractor was allowed 52 additional working days due to inclement weather and additional time needed to complete extra work associated with change orders. The project was substantially completed on December 5, 2014. A summary of the project schedule is as follows: Estimated Completion Date per July 2014 Schedule: December 12, 2014 Project Awarded for Construction: December 10, 2013 Completion Date per Contract and Approved Extensions: December 10, 2014 Actual Substantial Construction Completion Date: December 5, 2014 7-2 ENVIRONMENTAL REVIEW: The Final Environmental Impact Report for the Sunset Ridge Park project was certified by City Council on March 10, 2010. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Mao 7-3 T ` \ 1-,-74( 410- Attachment A PROJECT LOCATION m TTI TTM TT TTT7 /77 i -m F� SUNSET RIDGE PARK LOCATION MAP I L. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-3449 104/14/2015 CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 until 10:00 AM on the 27th day of November, 2013, at which time such bids shall be opened and read for SUNSET RIDGE PARE( Title of Project Contract No. 3449 $ 6,600,000 Engineer's Estimate Approved by Pat ickllhomas City Engineer Bidders are required to attend the MANDATORY pre-bid meeting at 100 Civic Center Drive, Newport Beach, CA 92660 on November 20, 2013 at 9:00 AM. The meeting will be held at the City Hall Community Room. Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Mouse Graphics at (949) 548-5571 located at 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classifications required for this project: "A" and "C-27" For further information, call Andy Tran, Project Manager at (949) 644-3315 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.NewportBeachCA.gov CLICK: Online Services / Bidding & Bid Results City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................4 BIDDER'S BOND............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................................... 10 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 16 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER...........................................................................22 CONTRACT.................................................................................................................. 23 LABOR AND MATERIALS PAYMENT BOND.............................................................. 35 FAITHFUL PERFORMANCE BOND............................................................................39 PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 BUILDING TECHNICAL SPECIFICATIONS VERDURA WALL TECHNICAL SPECIFICATIONS APPENDIX 1A — HORTICULTURAL SOILS REPORT (PART 1) 2 APPENDIX 1 B - HORTICULTURAL SOILS REPORT (PART 2) APPENDIX 1 C - HORTICULTURAL SOILS REPORT (PART 3) APPENDIX 2 - MITIGATION MONITORING AND REPORTING PROGRAM 3 City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 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 CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES 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. �! 8. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 9. 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. 98t -Z4 N ,6 . CZ`1.1447- C ntractor's License No. & Classification Bidder thorized refftle Zo1,3 Dat 61 City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 BIDDER'S BOND We. the undersigned Principal and Surety, aur succeassors 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 (10%)„ten percent,of the total attached bid amount Dollars ($ 10% of bid ), to be paid and forfoitc d to the City of Newport Branch if the bid proposal of the undersigned Principal for the construction of SUNSET RIDGE PARK, Contract No. 3449 in thu City of Newport Beach, is accepted by the City Council of the City of Newport Beach Lind (tie proposed contract is awarded to the Principal, ;and the Principal fails to execute the Controct 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. II' the undersigned Principal executinq this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate Me Surely from its obligations under this Bond. Wltness our hands this 27th Environmental Construction, Inc. Name of Contractor (Principal) Vigilant Insurance Company Name of Surety 15 Mountain View Road, Warent, NJ 07059 Address or Surety (212) 612-4000 Tolophone� �~ Stephanie Hoang, Attorney -in -Fact �� Print Name and Title �T (Notary acknowledgment of Principal & Surety must be attached) 0 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of fjs 10Njk,� On /— before me, (Here insert name and title of the personally appeared%�'`f/�/1> --.0.CJO who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State is true and correct. WITNESS my hand and official seal. Signature of Not (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryC]asses.com that the COmmleeion O 2008404 Notary Public - California Los Angeles County Comm. Expires Feb 23. 201 INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary .rection or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage dues not require the notary to du something that is illegal for a notary in California (i.e. certifiing the authorized capacity, of the signer). Please check the document carefully far proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they,— is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ,E�h�-ty��,i-yri,�V^'rve�r�- ��v,[,Y•. r-�t+--.`-n �- �Y�.�ri,���- �-�c+�rr�,c�)�-f--,nh-r �- --,c,f'.�:!'�C`f State of California County of Orange On ///7� before me, Barbara Copeland, Notary Public Date Here Insert Name and Title of the Officer ' personally appeared Stephanie Hoang Name(s) of Signer(s) _ BARBARA COPELAND Commission # 2016348 Z es Notary Public . California z Z u; Orange County My Comm. Expires Apr 19, 2017 who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument and acknowledged to me that -he/she/t" executed the same in 44s/her/t#4eir authorized capacity("), and that by+fis/her/their signature(&} on the instrument the person(e), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my and and official seal - Signature Place Notary Seal AboveI SignaturCf Notary Public OPTIONAL 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 Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Stephanie Hoang ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General * Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER •• of thumb here J Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing RIGHT THUMBPRINT OF SIGNER of thumb here 02007 National Notary Association- 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402 • www.NationalNotaryorg JItem #5907 ,Reorder: Call Toll -Free 1-800-876-6827 Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 canes Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Shawn Blume, Eric Lowey, Stephanie Hoang and Mark Richardson of Costa Mesa, California -------------------- each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26th day of August, 2011. - — 1 -Iaoed!�L"z P4 — RenriethZ'Wendbl, Assistant SecretaryDavid orris, Jr., Vice Presid STATE OF NEW JERSEY ss. County of Somerset On this 26th day of August, 2010 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By - Laws and in deponent's presence. Notarial Seal KATHERINE J. ADELAAR Q�NE qOF, NOTARY PUBUC OF NEW JFRSF) OTAgy Nr. 2316685 ` 20 COmmieliOn I*M July 16, 2014 ypUBLIZ Notary Public JERg� CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, 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 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 with respect to any bond or undertaking to which it is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa. Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 27th ? —0. !i Ci r � �`� WY dayof November 2013 - - -&- �/: Z: � 9 Wz Kenneth C. Wen, el, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com Form 15-10- 02258- U (Ed. 5- 03) CONSENT State of California County of On Public, personally appeared ACKNOWLEDGMENT SS. before me, proved to me on the basis of satisfactory evidence to be the person(s) subscribed to the within instrument and acknowledged to me that he/ same in his/her/their authorized capacity(ies), and that by his/he r/th I instrument the person(s), or the entity upon behalf of which the pers instrument. I certify under PENALTY OF PERJURY under the laws of the foregoing paragraph is true and correct. / WITNESS my hand and official seal. Signature Notary who hose name(s) is/are he/they executed the r signatures(s) on the s) acted, executed the of California that the ................................. 0 0 0 0 0 0 0 0 0. 0 71NMOM 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 OPTIONAL INFORM Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identific ion Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President /cretary / Treasurer Other: Other Information: i Thumbprint of Signer Check here if no thumbprint or fingerprint is available. City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 DESIGNATION OF SUBCONTRACTOR(S) 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: Address: Phone: State License Number: Name: rJ e i nY Address: 12 91p7 Phone:.3923 State License Nu ber: i � 2 �J2 Name: M ljDr1 g �j,r. Address: 2O9b% �rr�rQ�✓� `/ j� / L Phone: 1/4 _ q,66 State License Number: 9 ". I'm, M -,.J. \ .r"-� :.. - L_�Lc�l it� ,*thArized gnature/Title 11/27/2013 10:11 FAX City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 DESIGNATION OF SUSCQNTRACTOR(S1 IR 0011003 State law requires the listing of all subcontractors who will perform work in an famot.snt in excess of one•h:aff of one percent of the. Contractor's total bid. If o Subcontractor is not listed, the: Contractor represents that I-je/she is ftdly qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors slit -if] be made only in accordance with State law unci/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public. C.ontroot Code Section 22300 appropriate securities may be substituted for any rrionjes to be withheld to ensuro performance under the: Conti -act. The Bidder, by signing this designation, certifies that bids frorla the following subcontractors have been LiSed in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in arrordanre with State: law. No changes may be made in tt1C?SE st.tbcontractors excerpt with prior approval of the City of Newport Beach, (Use additional sheets if needed.) Subcontractor's Inforrn,ation Nilrltc:: �t%trJ4��V f...........„.t. L/✓t J.O.. /✓o "ca �1 151 - 73 301 Suatc: I_ici:rrar Number; iu�7me� �j;Po�mt � /� v ma12helPl✓rib Aele 40'e a Q//A FSI I011H: 3 23 - 6L ir ff/ Stat(:: Lic;crnse Number: / t3 9 O oflof M /lcfdrt:�r:,: /�66[°% ( r(�t�iP✓j/ 1 Pb�r,r�: yo93S� yea d SI�1tG LIQL"n5it? NurTlt7r Y' 2 �% Bidder Nlulrnem bor 4 /3 9 Description of Workx, of "royal kicf 1 1.4 P// � i � • 3 I ........._._..---... .............. . _..._._.._.—.l.__....._.__ ............... ...J xz�/4 /V11 - 01/_r r/t4�/ , ized Signatu itlo 11127/2013 10:11 FAX City of Newport Beach SUNSET RIDGE PARK Contract No. 34.49 DESIGNATION OF SUBCONTRACTOR(S) 16002/003 State law requires the listing of ,all subcontractors who will perform work in an amount in erxce s of Me-Nilr of ono PerCOnt of the Contractor's total bid. If a subcontractor is not listed, the Controctor ropreserits h6'/she is fully ciur,lified to ,and will be responW;ible for performing thtat portion of the: work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Publir, Warks Construction, as applicable, PUrsuarlt to Public Contract Code Se ration 22300 appropriate securities may be substituted. for any monies to be withheld to ensure perforniW)M' urider the Contract. The Bidder, by signing this designation, cortifics that bids from thc: following subcontramors have been used in for•multing the bid for the, project and that these st bcontractors will be used subject to tho approval of the Engin 'ear and in accord.anre with State, law, No changes may be made In Il•rc•;; c; subconlrac�lors except with prior approval of the City of Newport Beach, (Use additioni.il shoes if needed.) ............... ..................... .. .. ... ......... .................. Subcontractor's Information r airy Item Number ............. ................................................................... ...... _.- -... _..._. ndclras.::: 3S0 Kq 1 t, v5 Dr, Shrle i..ica,risr? Nurrlbe,r, N my: Z --p Y,4cA Pe 3Pvv Addre., s: �d/l7A 3 de let n01 M/t/ phone,: Fyt:•:dr' Lir:i ri;•>c! Nur.... . Addreas: Phone: Number _.........._...__._._._......_...___ .. __ —r.__ ...... . .... . ...... -- ................. Bidder i 3 '2 9 De seription of Work I "tr (d Total Girl 5�fa�P VC/��''� i r Fen C A Drize Si tt.rrc,/"Pitle 2.� City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Jder's Name FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $500,000, provide the information below. Bidder is required to list a minimum of five projects. No. 1 Project Name/Numb Project Description Approxima4e Construction Dates: From �- �(�_ To: 1Z. - zoo Z A Agency Name Contact Person G Telephone �( 4) �145 — c5 17 4 Original Contract Amount $A"C)Jq1Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 10 No. 2 Project Name/Number Project Description Approximate C Agency Name r �/ Contact Person Telephon&,) e •��� Original Contract Amount $Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims TITC) against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number --IVL :--roject Description Approximate Construction Dates: From k— It To: i-2• ' 1 Agency Name Q r - Contact Perso \6� Telephone) �4SW • Z-48 �I Original Contract Amount $ Z "Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims W(O against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 4 Project Name/Number Project Description Approximate Construction Dates: From To: Lo - Lq Agency Named Contact Pers Telephone") 010`7- Z(ob0 Original Contract Amount $Final Contract Amount $�,� lu( If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. I �D No. 5 Project Name/Numbe Project Description Approximate.C.Kstruction Dates: From l- IZ To: V?- --tZ. Agency Name V\!W Contact Person . h �Ili-, Telephone ( ) Original Contract Amount $ 1%'5Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims 1--nv against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 6 Project Name/Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial nditions. , Bidder thorized ignature/Title 13 Project Description Approximate Construction Dates: From n — Q_ . To: Agency Name Contact Person Telephone4d) 413 -qq S 4 Original Contract Amount Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims 0 No. 5 Project Name/Nu Project Description Approximate Construction Dates: From J — Z To: l Agency Name per, r A L lunel) Contact Person Telephone kA qQ5 _tP411 Original Contract Amount $Final Contract Amount $ l vi If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims`_ --AD 12 MICHAEL M. SABZEROU 5 Medici Aisle Irvine, California 92606 (949) 387-7700 Professional Experience: Project Manager/Operations Manager/Vice President (2000 -Now) Environmental Construction, Inc., Woodland Hills, California. A growing General Engineering/Landscaping Contractor with over $25 Million in annual volume. Position involves: • Planning, directing, and coordinating activities of various engineering, landscaping(including native planting and restoration) projects to insure that aims, goals and objectives specified for each project are accomplished in accordance with prescribed priorities, time limitations, and funding conditions. • Reviewing project documents to ascertain time frame and funding limitations; determining methods and procedures for accomplishment of project, staffing requirements, and allotment of funds to various phases of projects. • Developing staffing plan, recruiting or requesting assignment of personnel according to staffing plan; and conferring with staff to outline project plans. • Supervising, directing and coordinating activities of project through delegated subordinates; establishing budget control system for controlling expenditures; and reviewing project schedule and reports on the status of each phase. • Managed projects include: Bishop Canyon Landfill (Park, Site development, Native planting and restoration). Rio Hondo (Landscaping native plants and restoration). Sulfur Creek Improvements (Earthwork, Native landscaping and restoration). Project Manager/Senior Project Manager/Director of Project Management (1996-2000) Valley Crest, Inc., Santa Ana, California. Position involved the same responsibilities as stated above, including the following: Planning, staffing, developing and establishing policies and objectives of project management department; coordinating functions and operations between divisions and departments; and establishing responsibilities and procedures for attaining objectives; reviewing activity reports and financial statements to determine progress and status in attaining objectives. Managed various landscaping, native planting and restoration for University of California, Irvine Campus, Shea Homes and Lennar Homes Project Manager/Senior Project Manager (1991-1996) Terra -Cal Construction, Inc., Baldwin Park, California. Responsibilities were as stated above. Project Manager/Operations Manager/Vice President (1983-1991) Moulder Bros. General Contractors, Glendale, California. In addition to the above responsibilities, supervised and directed field and office operations. Managed various landscaping, native planting and restoration for Getty Museum, and State of California Education: Bachelor of Science -Civil Engineering (Spring 1981) California State University, Los Angeles. Computer Skills: Expedition 8.0, Primavera P3, Sure Trak, Microsoft Project, word and Excel Valley Crest: List of major Projects directly managed or supervised project managers and project engineers. Col. Bill Barber Park ($6.5 Million), Harvard Park ($1.5 Million), Harvard Landscape Spine ($1.7 Million) City of Irvine (Included native planting and Restoration). UCI Slope Restoration) (1.1 Million), University of California (Project was all native planting and restoration).Valencia Park, Comstock Park, Sector I, Neighborhood Park, Sector I & II, Streetscapes ($4.8 Million) Irvine Company. Pathfinder Park ($3.7 Million) County of Los Angeles. Glendale Sports Complex ($6.8 Million) City of Glendale (Included Native planting and restoration). McPherson Sports Complex ($3.5 Million) City of Orange. Pier Plaza ($3.3 Million) City of Huntington Beach. Wood field/Springdale Parks ($2.5 Million), AV -40 Streetscape ($1.3 Million) Shea Homes (Included native planting and restoration). Terra -Cal Construction: Conejo Park ($4.5 Million) City of Conejo. Various Metro Link Stations ($1.0 Million to $2.5 Million). Chino Hills Park ($1.5 Million) City of Chino Hills. Various Freeway Improvements ($1.0 Million to $2.8 Million) State of California. City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 NON -COLLUSION AFFIDAVIT State of California ) ss. County of IX M -A L) being first duly sworn, epos and a that he or &4e is of party making the oregoing bid; that the bid is not made in the interest of, or on behalf of, any and closed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that 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 the bidder has not directly or indirectly 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. declare under penalty of perjury of the laws of the State of California that thhp fore of is true and correct. / R fore= Bidder thorized gnature/Title Subscribed and sworn to (or affirmed) before me on this,, of //_ Z. 2 , 2013 by .� SO•Pou proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ALAN SAFAEI Notary Public Commission #F 2008404 [SEAL] Notary Public - California z Z Los Angeles County My Comm, Ex Ires Feb 23, 2017 J My Commission Expires: 20 14 City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 DESIGNATION OF SURETIES Bidder's na 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): 15 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of 04C Wig/ /"e�4 On X Z 2., 44,K before me, personally appeared Al-R,y Jageae> / 1,4' A1014W, (Here insert name and title Cf the officer) V who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ]SAALAN SAFAEI Commission # 2008404A Notary Public - California i Los Angeles County �/� My Comm. Expires Feb 23, 2017 (Notary Seal) Signature of Notary u is ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notai), to do something that is illegal for a notary in California (i.e. certifying the authorized capacih, of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they; is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer, If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document Environmental Construction, Inc. 21550 Oxnard Street, Ste 1050 Woodland Hills, CA 91367 (818)449-8920 (818)703-9073 fax Contractors License # 498624 Classifications - A, B, C27,HAZ Expiration - 1-31-2015 Business Status - California Corporation Officers Farid Soroudi - President, Secretary, Treasurer Surety Carrier —Vigilant Insurance Agent — Pinnacle Surety 151 Kalmus Drive, Suite A-201 Costa Mesa, CA 92626 Contact —Shawn Blume (714) 546-5100 Workers Comp Carrier —National Union Fire Ins. Agent -Baumann Ins 22019 Vanowen Street, Suite G Canoga Park, CA 91303 Contact —Colleen Baumann (818) 704-6625 General Liability Carrier— Benchmark Ins. Co Agent - Foroutan Ins. 11859 Wilshire Blvd., Ste 685 Los Angeles, CA 90025 Contact — Frank Foroutan (310) 481-4280 Auto Carrier — Mid Century (Farmers) Contact — Frank Foroutan 11859 Wilshire Blvd., Ste 685 Los Angeles, CA 90025 Contact — Frank Foroutan (310) 481-4280 Legal Business Name of Bidder Business Address: 5) Business Tel. No.:ie1 ggcl •BALD State Contractor's License No. and Classification: Title The above information was compile from the r cords that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signatu bi Signatu bluuN-1 Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name �jH t'1� Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Current Record Record Record Record Record Year of for for for for for Record 2012 2011 2010 2009 2008 Total 2013 No. of contracts �Z 17, CQ Total dollar Amount of Contracts (in 114 ` ' 14 lZ-YJ `�! tO lO � 72. Thousands of $) No. of fatalities No. of lost Workday Cases 1 �� No. of lost workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of o� r ��� On %�— Z 2— 24J % ? before me, •vo?�i ey ✓%�.�e. (Here insert name and title of the personally appeared r4,6 ,v S&ev u /> oe , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ALAN $AFAEI Commission # 2008404 Notary Public • California Z WITNESS my hand and official seal. Los Angeles County D LP'lVy Comm. Expires Feb 23, 2017 Signature of Notary P i (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any aclmowledgrnent completed in California mrist contain verbiage exactly as appears above in the notary .rection or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacih, of the signer). Please check the document carefully fur proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they,— is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 ACKNOWLEDGEMENT OF ADDENDA Bidder's narneL"u-6LO The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: k Addendum No. Date Received Signat e City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: / Name of individual Contractor, Company or Corporation: �u Apt) Business Address: Telephone and Fax Number� St _ePao f3oY703 QTb California State Contractor's License No. and Class: S (D'2- Z (REQUIRED AT TIME OF AWARD) Original Date Issued: k0tExpiration Date: • 3� - ��j List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are -the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Corporation organized under the laws of the State of 0- �C_ 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. n'k1) Have you ever failed to complete a project? If so, explain. '--nn _n For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outsidee y or individual for labor compliance (i.e. falsifying certified payrolls, etc.)? Yes / o M Are any claims or actions unresolved or outstanding? Yes /0 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. I (Print name of Owner or President of Corporation/Company ZZ ZuI3 Date On before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: 21 (SEAL) r CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of On %/— 22- 2e/ 7 before me, personally appeared ;440110 d S0'0e0"& i Amz*e* '0oq do'c G" (Here insert name and title Ofthe officer) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the Lforegoin ara raph is true and correct. ALAN SAFAEI Commission 2008404 egg Notary Public • CaliforniaWITNESS my hand and official seal. Los Angeles County Comm. Expires Feb 23, 2017 (Notary Seal) Signature of Notary P rc ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryC[asses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully fur proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they, is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number ofpages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 ACKNOWLEDGEMENT OF ADDENDA Bidder's�� 1 1..a�..L.1. :• The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signat qre / IN City of Newport Beach SUNSET RIDGE PARK Contract No. 3449 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: / Name of individual Contractor, Company or Corporation: Business Address: 2lLSf� r� r.If1SA`�L.Aohnri)tLoOCOa- Telephone and Fax Numb California State Contractor's License No. and (REQUIRED AT TIME OF AWARD) Original Date Issued: i Ot 4A Lg Expiration Date: k • 3I --k List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title n Address Telephone Corporation organized under the laws of the State of 0!3�— 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: l Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. ^ For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outsideer y or individual for labor compliance (i.e. falsifying certified payrolls, etc.)? Yes / o 20 Are any claims or actions unresolved or outstanding? Yes /6) If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. �n1Cc��o� (Print name of Owner or President t of Corporatipn/Company Bidderhorized S ature/Title MrV ZZ ivI3 Date On before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (SEAL) Notary Public in and for said State My Commission Expires: 21 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of O`er! On %l" 22-2'6/ 7 before personally appeared /f "'Ve i (Here insert name and title rZ 6 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that theforegoIn ars raph is true and correct. ALAN SAFAEI Commission dt 2008404 -ri Notary Public - California i WITNESS my hand and official seal Loa Angeles County �O �� M Comm. Expires Feb 23, 2017' Signature of Notary (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Datc (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12. 10.07800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any aclmowledgmena completed in California must contain verbiage exactly as appears above in the notary .section or a separate acknowledgment form macer be properly completed and attached to that document The only exception iv if a document is to be recorded outside of California. In such instances, any alternative aclmosvledgment verbiage as maw be printed on sack n document so long as the verbiage does not require the notary to do sometivng that is illegal for a notary to California (re. certifying the authorized capacity, of the signer). Please check the document cm caoly for prop¢,notarial wording and attach this fo, in if required. • State and County information must be the State and County where the document signers) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must alga be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they,- is /ora ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seat impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the of£ce of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document SUNSET RIDGE PARK CONTRACT NO. 3449 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 11th day of December, 2013 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ENVIRONMENTAL CONSTRUCTION, INC., a California corporation ("Contractor"), whose address is 21550 Oxnard Street, Suite 1050, Woodland Hills, CA 91367, and 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 has advertised for bids for the following described public work for the Sunset Ridge Project. Contractor shall perform: all site demolition, disposal, erosion control and grading; construct storm drainage system, water system and sewer system improvements; construct restroom building, restroom trellis and overlook trellis; construct hardscape items; construct baseball field with soccer overlay; construct tot lot; construct planting and irrigation items; and provide 90 -day plant establishment period followed by 365 -days maintenance all per Project plans and specifications (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible 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, it is mutually agreed by and between the undersigned parties as follows: 1. 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, Notice to Successful Bidder, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3449, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. 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. 2. 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 activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 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 Five Million Two Hundred Fourteen Thousand Eight Hundred Twenty Dollars and 00/100 ($5,214,820.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 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. 4. 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. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 5. WRITTEN NOTICE 5.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third Environmental Construction, Inc. Page 2 business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 5.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 5.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Farid Soroudi Environmental Construction, Inc. 21550 Oxnard Street, Suite 1050 Woodland Hills, CA 91367 6. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit A, and incorporated herein by reference. 7. RESPONSIBILITY FOR DAMAGES OR INJURY 7.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 7.2 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 Contractor. 7.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all Environmental Construction, Inc. Page 3 claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 7.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. 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 Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 7.5 Contractor shall perform all Work in a manner to .minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 7.6 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. 7.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 7.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 8. CHANGE ORDERS 8.1 This Contract may be amended or modified only by mutual written agreement of the parties. 8.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. Environmental Construction, Inc. Page 4 8.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 9. 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. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. 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. 12. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Environmental Construction, Inc. Page 5 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:\�v wt------- By: - - --- --- aron C. Harp City Attorney 0� ATTEST: / l� Date:---------- ------ By: --- ak,�' 'poy ---------------- Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: --------------- By:---------� -------------- Keith D. Curry Mayor CONTRACTOR: Environmental ConstKflon, Inc., a California corporation Date:_ u, By: - - ------ , -------- id Soro reside and Secretary [END OF SIGNATURES] Attachments: Exhibit A - Insurance Requirements Exhibit B -- Labor and Materials Payment Bond Exhibit C -- Faithful Performance Bond Environmental Construction, Inc. Page 6 EXHIBIT A INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an Environmental Construction, Inc. Page A-1 insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Builder's Risk Insurance. For Contracts with property exposures during construction, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. Environmental Construction, Inc. Page A-2 D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. Environmental Construction, Inc. Page A-3 F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after Environmental Construction, Inc. Page A-4 completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Environmental Construction, Inc. Page A-5 Premium Listed On Performance Bond EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 8232-06-13 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of Califomla, hos awarded to Environmental Construction, Inc, hereinafter designated as the "Principal," a contract for the Sunset Ridge Park Project in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shalt 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 grime to the extent hereinafter set forth. NOW. THEREFORE. We the undersioned Princroal. and, Vigilant Insurance Company duly authorized to transact business under the haws of the State of California, as Surety, (referred to herein as "Surely") are field and firmly bound unto the City of Newport Beach, in the sum of Five Million Two Hundred Fourteen Thousand Eight Hundred Twenty Dollars and 001100 ($5,214,820.00) lawful stoney of the United Stales of America, said sum being equal to 100% of the estimated amount payable by tho City of Newport Beach under the terms of the Contract; for which payment wolf 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 Principals Subcontractors, fart to pay for any materials, provisions, or_other._supplias, irnplemeiils or machiizery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or Tabor thereon of any kind, or for arrrounts 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 E]evelopmr-;nt Department from the wages of empioyecs of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and Tabor, 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 Via obligations of this Bond, a reasonable attorneys' fee. to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code: of the State of California. The Bond shall Inure to the benefit of any and all persons, companies, and corporations erditled to file, claims under Section 9100 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 9500 et sed. of the Civil Code of the Stale of California. Environmental Construction, Inc. ^mPage B -1 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 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 ttte 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: 18th day of December2pis _ Environmental Construction, Inc. -----....._------ n—n----•--- -- Nr,me or Contractor (Principal) Vigilant Insurance Company Name of Surety 15 Mountain View Road Warren, NJ 07059 Address of Surety (212) 612-4000 Telephone _-.-- Authorized Agent Stephanie Hoang, Attorney--in-Fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHF_D Environmental Construction, Inc. Page B_z CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of 41w -r 40:✓� On /n1 lli9 a -p/? before me, (Here insert name and title of personally appeared m. A a404 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(Kj is/'subscribed to the within instrument and acknowledged to me that he/eke/t}ey executed the same in hisIVr/tbAr authorized capacity(}eS), and that by his/ydr/tWr signature(4 on the instrument the person(s), or the entity upon behalf of which the person(sfacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ALAN BAFAEI Commission N 2008404 `r Notary Public • California a WITNESS my hand and official seal. Los Angeles County /J My Comm. Expires Feb 23, 2017 Il 4 Signature of Notary li (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attomey-in-Fact ❑ Trustee(s) ❑ Other 2008Version CAPAVI2.10.07800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California most contain verbiage eractly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California 6 e, certi+ing the authorized capacity of the signer). please check the document carcfudly for proper notarial wording and attach this form ifi ciloared. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signers) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/tl ey- is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seat impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On ����' �.� before me, Barbara Copeland, Notary Public Daze Here Insert Name entl Title of pie OHlcer ' personally appeared Stephanie Hoana Nama(s) of sene,l?i BARBARA COPELA".T. Ig -tea Commission # 201634 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that -he/she/they executed the same in tns/her/their authorized capacity(ies), and that by -his her/their signature(s) on the instrument the persont(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my. P�annQQJJd��a��nd official seal. sseeaalll.. }//� Place Notary Seal Above Signature `""rr SiZ etaf Notary -,iC OPTIONAL U 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 Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Number of Pages: Signer's Name: Stephanie Hoang Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): _ ❑ Partner — Cl Limited ❑ General 0 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ❑ Corporate Officer—Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: C"7National Notary/ m ehca•935np Soda Ave., POBm2402•Crachai nh,CA 913132402•wmv.NetioaalNotaryorg Itemu5907 Reortler: CaII ToII Free 1-BI]ITe]6592] B =s. < �•�� No.ary Public - Carlornia z Orange County J '`�-'`� iyl5 Comm. Expires Apr 19, 2017 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that -he/she/they executed the same in tns/her/their authorized capacity(ies), and that by -his her/their signature(s) on the instrument the persont(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my. P�annQQJJd��a��nd official seal. sseeaalll.. }//� Place Notary Seal Above Signature `""rr SiZ etaf Notary -,iC OPTIONAL U 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 Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Number of Pages: Signer's Name: Stephanie Hoang Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): _ ❑ Partner — Cl Limited ❑ General 0 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ❑ Corporate Officer—Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: C"7National Notary/ m ehca•935np Soda Ave., POBm2402•Crachai nh,CA 913132402•wmv.NetioaalNotaryorg Itemu5907 Reortler: CaII ToII Free 1-BI]ITe]6592] PREMIUM IS FOR THE CONTRACT TERM AND 13 SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE Premium $43,203.00 EXHIBIT C CITY OF NEWPORT BEACH BOND NO. 8232-06-13 FAITHFUL PERFORMANCE BOND The premium c:hames on thls Bond is $ 43,203._00_, being at the roti•. of $ 14.40 per thousand for the first $500K* thousand of the Contract price. *$8.70 per thousand for the next $2M, $6.90 per thousand for the next $2.5M & $6.30 per thousand for the next $2.5M WHEREAS, the City of Newport Beach, State of California, has awarded to Environmental Construction, Inc. hereinafter designated as the "Principal," a contract for Sunset Ridge Park Project in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful perrorrnance of the Contract. NOW, THEREFORE, we, the Principal, and ,Vigilant Insurance Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Five Million Two Hundred Fourteen Thousand Eight Hundred Twenty and 001100 ($5,214,820.00) 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., -gr the Principal's heirs; exec uFors, administrbtors, 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 peri, to be kept arndl performed at tile: time and in the manner therein specified, and in all respects according to Its true intent and moaning, 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 surn specified in this Bond; otherwise this obligation shall become null and void. 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 City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Environmental Construction, Inc. Page C-1 Surety, far 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 shall in any way affect its obligations on this Bond, and it does hereby waive notice of ally such change, extension of lime, ;:,Iterations or additions of fhe 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 City. In the. event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shalt 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 18th day of December )p 13 Environmental Construction, Inc. .. ....-------o-- -------_.. ..._ ...— ------ Name of Contractor (Principal) Vigilant Insurance Company Name of Surety 15 Mountain View Road Warren_ NJ 07059 Address of Surety (212) 612-4000 __---------.._..----- Telephone uthorizcsl Sign atureJTifle Authorized gentSi n lure Stephanie Hoang, Attbrne -in-Fact Print Name and Title _ w NO7ARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEA TTACHED Environmental Construction, Inc. Page C-2 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of 04/S ACIAA On Zel - -2-0—"13 before me, (Here insert name and title personally appeared _/�-l¢�1i t� SOU K !� i officer) who proved to me on the basis of satisfactory evidence to be the person,(4whose name,(el is/are subscribed to the within instrument and acknowledged to me that he/skfe/t executed the same in his/Wr/tlir authorized capacityi jes), and that by his/1}ef/ Wr signature(s) on the instrument the persort(o, or the entity upon behalf of which the personx acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the Stateof California that the foregoing paragraph is true and correct. ALAN SAFAEI Commission * 2008404 Notary Public • California i WITNESS my hand and official seal. Los Angeles County _ My Comm. Expires fab 23, 2011 Al'- 111.. _ _ (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that docmnent. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do samelhing that is illegal for a notary in California tii.c. catling the authorized capacity of the signer). Please check the document cot gfidty for proper none rlot wording and attach this jorrn if required. • State and County information must be the Stale and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notarypublic). • Print the names) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect farms (i.e, helshdthey, is /art) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number ofpages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of Orange ll} On �y�o before me, Barbara Copeland, Notary Public Daze Here Insert Name eM Title of Ne OMcer ' personally appeared Stephanie Hoang Neme(s) of Signer(&) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the BARBARA GOPELANC within instrument and acknowledged to me that n Commission u 2016348 -he/she/they executed the same in his/her/their authorized tdotary Public - Carfornia z capacity("), and that bytWher/their signature(&) on the z'°s .i' Orange County '– instrument the person(s), or the entity upon behalf of '� M19y Comm. Expires Apr 19, 2017 which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my Band and official seal. Signature ; LCL � Place Notary Seal Above Signature bt Notary Public OPTIONAL 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 Date: Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: Stephanie Hoang ❑ Individual ❑ Corporate Officer—Title(s): _ ❑ Partner — ❑Limited ❑General $I Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER 0 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing RIGHTTHUN18PRINT OF SIGNER Ll- I 02007 National Notary Associabi - 9350 Ce Soto Ave., PO m2402•Cha�onb, CA 91 31324M- v .NatimalNotaryorg Item #590) Reodtler.Cell Tol4Free 1 E0087& 7 Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Shawn Blume, Eric Lowey, Stephanie Hoang and Mark Richardson of Costa Mesa, California -------------- each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and Consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed thheir corporate seals on this 26th dayof August, 2011. LIQ / Kenneth C' en Assistant Secretary David me, Jr., Vice Presit STATE OF NEW JERSEY ss. County of Somerset On this 26th day of August, 2010 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C- Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David S. Norris, Jr, and knows him to he Vice President of said Companies; and that the signature of David B. Noris. Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By - Laws and in deponenrs presence. Notarial Seal KATHERINE J.ADEW IF PSN£ d"40�, NOTARY PUBLIC OF NEW JfkSFI NOTARY g No -2316685 ` r r 4 b Commiorion K*M July I Is, 2014 PUBLtt% Notary Public y `�'JEHg� CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairrnan or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President any Secretary, any Assistant Secretary and the seal of the Company may be amxed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- m- Fad for purposes only of executing and attesting oonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate beating 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 with respect to any bond or undertaking to which it is attached.' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies") do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, Vii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department, further, Federal and Vigilant are licensed In Puerto Rico antl the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the Uregoing Power of Attorney is hue, correct and in full force and effect. Given under my hamd and mala of said Companies at Warren, NJ this 18th DI -A0 • ,TMf •aFIY'laa�'S daycf December 2013 / m�enneth C�stant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com Form 15-10-02256-U (Ed. 5-03) CONSENT � kft R ° CERTIFICATE OF LIABILITY INSURANCE DATE (MM 13 12/16/202013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Frank Foroutan CONTACT Mari' Lou Cabahug Frank Foroutan Ins. Agency,Inc, pxoNE (310) 481-4280 FAX .,7 310) 481-4281 Calif. Lic # 0711869 ADDE-MAILESS' �rylou@foroutanins.com R 11859 Wilshire Blvd. Suite 685 Los Angeles CA 90025- INSU RER(S) AFFORDING COVERAGE NAIc x INSURERA:BENCEMARK INSURANCE COMPANY 41394 INSURED ENVIRONMENTAL CONSTRUCTION, INC. INSURERS-TOPA INSURANCE COMPANY 18031 INSURER C: 21550 Oxnard Street # 1050 INSURER D: INSURER E: / / Woodland Hills CA 91367- 1 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION N( IMFl THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE DOL UBR POLICY NUMBER Md/DDLICY EFF MWDDNYy LIMBS A GENERAL UAEWTY y BIC5008558 7/16/2013 7/16/2014 EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR / / / / DAMA E T R N ED PREMISES Ilia occurrence $ 50,000 MEED EXP (Any one person) $ 51000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMITAPPLIES PER. PRODUCTS - COMPIOP AGG S 2,000,000 / / / / X POLICY PRO LOC / / / / DEDUCTIBLE PER CLAIM S 10,000 AUTOMOBILE LIABILITY / / / / EOhaBcidE�ISINGLP LIMIT S ANY ALTO / / / / BODILY INJURY (Per person) S ALL OWNED SCHEDULED AUTOS AUTOS / / / / BODILY INJURY S dde l Per ac ( ) HIRED AUTOS NON -OWNED AUTOS / / / / PROPERTY DAMAGE $ Per accident UMBRELLA LIAR X OCCUR 7/16/2013 7/16/2014 EACH OCCURRENCE $ 5,000,000 B X EXCESS UAB CLAIMS -MADE XL6605355 / / / / AGGREGATE S 5,000,000 X I DED I I RETENTION $ / / / / PRODUCTS-COMPIOPAGG $ 5,000,000 WORKERS COMPENSATIONOTH- AND EMPLOYERS' LIABILITY YIN ANY PROPP.IETORIPARTNERIEXECUTIVE OFFICERIMEMSER EXCLUDED? (Mandatory in NH) N I A / / / / / / / / EL EACH ACCIDENT S E.L. DISEASE - EA EMPLOYE $ If yes, desaiil a under DESCRIPTION OF OPERATIONS bale. / / / / E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (Attach ACORD 101,Additional Remarks Schedule, 0 more space is required) Project: SUNSET RIDGE PARK The CITY OF NEWPORT BEACH, its elected or appointed officers, agents, officials, employees and volunteers are included as ADDITIONAL INSURED. This insurance is PRIMARY AND NON-CONTRIBUTORY as per Form G0103 (Primary Blanket Additional Insured Endorsement) of the policy. *** Blanker Waiver of Subrogation included *** CERTIFICATE HOLDER CANCELLATION ACORD 25 (2010105) INS025 (201005;.01 ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF NEWPORT BEACH 100 C1viv Center Drive AUTHORIZED REPRESENTATIVE Newport Beach CA 92660- ACORD 25 (2010105) INS025 (201005;.01 ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ENDORSEMENT ENDT. NO. PRIMARY BLANKET ADDITIONAL INSURED (ed 0924109) IT IS AGREED COVERAGE IS PROVIDED TO THE ADDITIONAL INSURED(S) AS FOLLOWS: 1. SECTION 11 OF THE POLICY (WHO IS AN INSURED) IS AMENDED TO INCLUDE ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED HAS AGREED IN AN INSURED CONTRACT TO NAME AS AN ADDITIONAL INSURED PROVIDED THE BODILY INJURY OR PROPERTY DAMAGE OCCURS SUBSEQUENT TO THE EXECUTION OF THE INSURED CONTRACT AND THE BODILY INJURY OR PROPERTY DAMAGE ARISES FROM YOUR WORK PERFORMED DURING THE POLICY TERM. 2. PARAGRAPH 6.D. IS HEREBY ADDED TO SECTION IV, COMMERCIAL GENERAL LIABILITY CONDITIONS, OF THE POLICY; AS FOLLOWS: D. NOTWITHSTANDING ANYTHING TO THE CONTRARY IN PARAGRAPHS 6.A., RE., OR 6.C. HEREOF, THE INDEMNITY PROVIDED BY THIS INSURANCE IS PRIMARY AND NON- CONTRIBUTORY FOR ANY PERSON OR ORGANIZATION THAT IS AN ADDITIONAL INSURED UNDER THIS POLICY AND THAT YOU HAVE AGREED, IN AN INSURED CONTRACT, TO PROVIDE PRIMARY ADDITIONAL INSURED COVERAGE. 3 THE APPLICABLE LIMIT OF THE COMPANY'S LIABILITY SHALL NOT BE INCREASED BY THE INCLUSION OF ANY NUMBER OF ADDITIONAL INSUREDS. 4 OTHER THAN AS EXPRESSLY MODIFIED HEREIN, COVERAGE FOR THE ADDITIONAL INSURED IS GOVERNED BY THE TERMS AND CONDITIONS OF THIS POLICY, INCLUDING THE INSURING AGREEMENTS. 5 THE COVERAGE PROVIDED FOR THE ADDITIONAL INSURED IS ONLY TO THE EXTENT OF DAMAGES FROM BODILY INJURY OR PROPERTY DAMAGE ARISING OUT OF THE NEGLIGENCE OR STRICT LIABILITY OF THE NAMED INSURED. NO COVERAGE IS PROVIDED FOR BODILY INJURY OR PROPERTY DAMAGE ARISING OUT OF ACTS, ERRORS OR OMISSIONS OF THE ADDITIONAL INSURED. 6, NO COVERAGE IS PROVIDED TO AN ADDITIONAL INSURED FOR DAMAGES BECAUSE OF BODILY INJURY TO AN EMPLOYEE OF THE NAMED INSURED, WHETHER SUIT IS BROUGHT OR CLAIM IS MADE BY THE EMPLOYEE OR THE PARENT, SPOUSE, CHILD OR SIBLING OF SUCH EMPLOYEE, OR ANY ENTITY SEEKING DAMAGES BECAUSE OF INJURY TO SUCH EMPLOYEE. ALL OTHER_ TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED Policy Number Insured - Effective DIC5008558 Environmental Construction Inc 7116113 BENCHMARK INSURANCE COMPANY Countersignature Or Authorized Representative (� 2009 W ESTCAP ENDORSEMENT ENDT. NO. WAIVER OF SUBROGATION - BLANKET led CM4/0e1 IT IS AGREED, FOR AN ADDITIONAL PREMIUM OF $included in M&D, THAT THE TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) IS AMENDED AS FOLLOWS: WE WAIVE ANY RIGHT OF RECOVERY WE MAY HAVE AGAINST ANY PERSON OR ORGANIZATION THAT QUALIFIES AS AN ADDITIONAL INSURED PURSUANT TO THE TERMS OF ENDORSEMENT NUMBER 1 BECAUSE OF PAYMENTS WE MAKE FOR BODILY INJURY OR PROPERTY DAMAGE ARISING OUT OF (i) YOUR WORK PERFORMED DURING THE POLICY PERIOD UNDER AN INSURED CONTRACT WITH THAT PERSON OR ORGANIZATION, PROVIDED THAT THE BODILY INJURY OR PROPERTY DAMAGE OCCURS SUBSEQUENT TOTHE EXECUTION OF THE INSURED CONTRACT, OR (ii) YOUR PRODUCT MANUFACTURED OR SOLD DURING THE POLICY PERIOD UNDER AN INSURED CONTRACT WITH THAT PERSON OR ORGANIZATION, PROVIDED THAT THE BODILY INJURY OR PROPERTY DAMAGE OCCURS SUBSEQUENT TO THE EXECUTION OF THE INSURED CONTRACT. BIC5008553 Environmental Construction Inc 7116/13 BENCHMARK INSURANCE COMPANY Countersignature of Authorized Representative 2009 WESTCAP ENDORSEMENT CALIFORNIA CHANGES — CANCELLATION AND NONRENEWAL A. It is agreed that: 2. CANCELLATION ENDT. NO, I 3 (Ed a. The first named insured shown in the declarations may cancel this policy by mailing or delivering to us advance written notice of cancellation. b. If this policy has been in effect for 60 days or less, and is not a renewal of a policy we have previously issued, we may cancel this policy by mailing or delivering to the named insured at the mailing address shown in the declarations and to the producer of record, advance written notice of cancellation, stating the reason for cancellation, at least: (1) 10 days before the effective date of cancellation if we cancel for: (a) Nonpayment of premium; or (b) Discovery of fraud by: (i) Any insured or his or her representative in obtaining this insurance; or (ii) You or your representative in pursuing a claim under this policy. (2) 30 days before the effective date or cancellation if we cancel for any other reason. c. If this policy has been in effect for more than 60 days, or is a renewal of a policy we issued; (1) we may cancel this policy only upon the occurrence, after the effective date of the policy, of one or more of the following: (a) Nonpayment of premium, including payment due on a prior policy we issued and due during the current policy term covering the same risks. (b) Discovery of fraud or material misrepresentation by: (i) Any insured or his or her representative in obtaining this insurance, or (ii) You or your representative in pursuing a claim under this policy. (c) Ajudgment by a court or an administrative tribunal that you have violated a California or Federal law, having as one of its necessary elements an act which materially increases any of the risks insured against. (page 1 of 3) ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. DIC5008558 Environmental Construction Inc 7116/13 BENCHMARK INSURANCE COMPANY Countersignature of Authorized Representative 2009 WESTCAP ENDORSEMENT ENDT. NO. ('ed 03101108) (d) Discovery of willful or grossly negligent acts or omissions, or of any violations of state laws or regulations establishing safety standards, by you or your representative, which materially increase any of the risks insured against. (e) Failure by you or your representative to implement reasonable loss control requirements, agreed to by you as a condition of policy issuance, or which were conditions precedent to our use of a particular rate or rating plan, if that failure materially increases any of the risks insured against. (f) A determination by the Commissioner of insurance that the: (i) Loss of, or changes in, our reinsurance covering all or part of the risk would threaten our financial integrity or solvency; or (ii) Continuation of the policy coverage would: (a) Place us in violation of California law or the laws of the state where we are domiciled; or (b) Threaten our solvency. (g) A change by you or your representative in the activities or property of the commercial or industrial enterprise, which results in a materially added, increased or changed risk, unless the added, increased or changed risk is included in the policy. (2) We will mail or deliver advance written notice of cancellation, stating the reason for cancellation, to the first named Insured, at the mailing address shown in the declarations, and to the producer of record, at least: (a) 10 days before the effective date of cancellation if we cancel for nonpayment of premium or discovery of fraud; or (b) 30 days before the effective date of cancellation if we cancel for any other reason listed in Paragraph c.(1). d. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date. e. If this policy is cancelled, we will send the first named insured any premium refund due as follows: (1) if we cancel, the refund will be pro rata; or (2) If the first named insured cancels, the refund may be less than pro rata and will be computed by us using our customary short -rate procedure. (page 2 of CONDITIONS OF T BIC5008558 Environmental Construction Inc 7/16/13 BENCHMARK INSURANCE COMPANY Countersignature of Authorized Representative @ 2009 wESTCAP ENDORSEMENT ENDT. N0. (Ed The cancellation will be effective even if we have not made or offered a refund. Notwithstanding the foregoing, if we have elected to audit the policy rate basis under the provisions of Section IV, paragraph 4., Examination Of Your Books And Records, the first named insured agrees to pay the higher of: (1) The earned premium as computed by such audit; or (2) The earned premium as computed by such customary short -rate procedure of the MINIMUM AND DEPOSIT PREMIUM if the first named insured cancels, or as computed pro rata if we cancel. f. If notice is mailed, proof of mailing will be sufficient proof of notice. B. The following is added and supersedes any provisions to the contrary: NONRENEWAL 1. Subject to the provisions of Paragraph B.2. below, if we elect not to renew this policy, we will mail or deliver written notice stating the reason for nonrenewal to the first named Insured shown in the Declarations and to the producer of record, at least 60 days, but not more than 120 days, before the expiration or anniversary date. We will mail or deliver our notice to the first named Insured, and to the producer of record, at the mailing address shown in the declarations. 2. We are not required to send notice of nonrenewal in the fallowing situations: a. If the transfer or renewal of a policy, without any changes in terms, conditions, or rates, is between us and a member of our insurance group. b. If the policy has been extended for 90 days or less, provided that notice has been given in accordance with Paragraph B.I. c. if you have obtained replacement coverage, or if the first named Insured has agreed, in writing, within 60 days of the termination of the policy, to obtain that coverage. d. If the policy is for a period of no more than 60 days and you are notified at the time of issuance that it will not be renewed. e. If the first named Insured requests a change in the terms or conditions or risks covered by the policy within 60 days of the end of the policy period. f. If we have made a written offer to the first named Insured, in accordance with the timeframes shown in Paragraph B.1., to renev✓ the policy under changed terms or conditions or at an increased premium rate, when the increase exceeds 25%. (page 3 of Effective BIC5008558 Environmental Construction Inc 7/16/13 BENCHMARK INSURANCE COMPANY Countersignature of Authorized Representative @ 2009 WESTCAP CERTIFICATE OF LIABILITY INSURANCEDAM(ML DONYYY) 12/1912013 THIS CERTIFICATE IS ISSUED AS A MATTER OF IN FORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WANED, subject to the terms and conditions Df the policy, certain policies may require an endorsement. A statamant on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Baumann Insurance Agency, Inc. License III OF13003 22019 Vanowen Street, Ste GINSUREWEI Canoga Park CA 01303-2558 CONNAMTACT Colleen Baumann PHONE 14r, N.,818.704-5625 pax ,.818-704-5820 E-MAJL colleen baumanninsurance.com AFFORDING COVERAGE I NAIL # INSURER A: National Union Fire InsC*PIttshuE9h PA 14445 A XV INSURED EnVironmental Construction, IRC 21550 Oxnard St Suite 1050 Woodland Hills, CA 91367 IN RSR R: INSURER C; INSURER a: E: 7URER IH RER P: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER' THIS IS TO CERTIFY THAT 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 OFANY CONTRACTOR OTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRTYPE OFINSURANCE AUDI INSR SUER 3M POLiCYNUM3ER POLICY E.. ^'F POLICY EXP LIMITS GENERAL LIABILITY CChihiEROV1 GENERAL 1.4BIUTY CLAIMSAAD`c OCCUR EACH.00CURREHCE S DAMAGE TO RENTED _ &S( „ MED EXP (An m Bryon PERSONALBADVINIURY S GE ERALAGGREGATE $ GEN'L AGGREGATE �LICY LIMITAPPLIES PHO -LDC PER: PRODUCTS - COMPIOP AGG $ AUTOMOBILE 1 UAMUW ANY AUTO AL -OWNED SCHEDULED AUTOS ALH'OS HIRED AUiOB NONIOWNED AUTOS COMBINED SINGLE LIMT (Ea wddanl) BODILY IWURY(Perpe ,) S BODILY INJURY(Per so dent) $ PROPERTY CAMAGE $ 7 - UMBRELLA LAB EXCESS LIAR OCCUR .iMs os EACH OCCURRENCE S AGGREGATE $ DM I I RETEN A WORKERS COMPENSATION AND EMPLOYERS' LABILn-Y v1� ANY PRO RIEu 6R EARTNERDEXECU'N N ER (Mandy qin NH) LJ If D,S RiPDON OFOPEPATI H NIA Y WC20ra3d911 03/0112013 03/01/2014 X wC STATI} OTti- EL EACH Aa:IOENr S 110-00,000 E.L. DISEASE - EA EMPLOYEEI 51000000 E.L. DISEASE - POLICY LIMIT S1,DOO,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, AtltlNlonvt Rgmrka Schatlela, Rnrore apace4nquirotl) RE Job: Sunset Ridge Park Waiver of Subrogation to the City of Newport Beach per aY.ached. 10 Day Notice of Cancellation for Non -Payment of Premium City of Newport Beach 100 Clvl Center Drfva Newport Beach, CA 92660 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ACORD 25 (200105) The ACORD name and logo are registered marks of ACORD Insured: Environmental Construction, Inc. Policy Number: WC20634911 Insurance Company: National Union Fire Ins Co Pittsburgh PA IT IS AGREED THAT WE WAIVE ANY RIGHT OF RECOVERY WE MAY HAVE AGAINST THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE BECAUSE OF PAYMENT WE MAKE FOR INJURY OR DAMAGE ARISING OUT OF "YOUR WORK" DONE UNDER A CONTRACT WITH THAT PERSON OR ORGANIZATION. SCHEDULE ECI Job RE Job: Sunset Ridge Park CERTIFICATE HOLDER'S NAME City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Walver of Subrogation to the City of Newport Beach - its officers, employees, agents, or volunteers for losses arising from work performed by Enviromental Construction, Inc. under this contract and work done on behalf of the City of Newport Beach, subject to the terms of the Worker's Compensation Laws of the State of California. 30 Day Notice Cancellation to the City of Newport Beach, except for non-payment of premium which is 10 day notice of cancellation. Date: 12/19/2013 ACORa CERTIFICATE OF LIABILITY INSURANCEDATE(MMIDDNYVY) ll� 1 12131/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of Such endorsement(s). PRODUCER NEWS Insurance Services, Inc 2072 Orchard Drive, Suite A Newport Beach, CA 92660 License #: OE61920 CONTACTPatricia Thompson NAME PHONE FAX C No E#. (949)781-1300 ac No: 949)554-0250 E-MAIL Aooftess: pat@newsinsumnce.com INSURER 5 AFFORDING COVERAGE NAIC k INSURER A: MID CENT_ URY EACH OCCURRENCE $ INSURED INSURER B _ INSURER c: Environmental Construction Inc. INSURER D: DAMAGE TO RENTED PREMISES Ea occurrence $ 21550 Oxnard St Ste. # 1050 INSURER E: Woodland Hills, CA 91367 INSURER F: COVERAGES CERTIFICATE NUMBER: 00007190-0 REVISION NUMBER: 2 THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE �ADOL 'I SUER POLICY EFF POLICY EXP POLICYNUMBEft MMIDD MMI00 LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP(Anyoneperson) $ CLAIMS -MADE 71 OCCUR _ PERSONAL AAOV INJURY $ GENERAL AGGREGATE $ I GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG $ POLICY PRO LOC $ AWIMOBI.LELIABILITY Y Y 606996856 01/22/2013 0112212014 CEO�MaBINtlEEDISINGLE LIMIT 5 2666668 NYAUTOBODILY INJURY(Per person) $ LLONESCHEDULEDBODILY UTOSX AUTOB INJURY Per acdtlent S ( )NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE$ Peraccident UMBRELLALIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS A. CLAIMS-MADE OEC RETENTION$ $ WORKERS COMPENSATION - O WC STATUTH- ANDEMPLOYERS'LIABILITV YIN ER ANY PROPRIETORIPARTNEMEXECUTIVE E.L. EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? N/A E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) It yes, describe under - E.L. DISEASE- POLICY LIMIT $ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORO 101, Additional Remarks Schedule, If more space is required) The City of Newport Beach, its elected or appointed officers, agents, officials, employees and volunteers are additional insured, primary non contributory and waiver applies *10 Day Notice of cancelation for non payment of premium City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. REPRESENTATIVE ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD Printed by PTH on December 31, 2013 at 12:19PM CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL SUNSET RIDGE PARK CONTRACT NO. 3449 To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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 that material supplied by the City and shall perform all work required to complete Contract No. 3449 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization LL / O�lOvf � a►r @ L. l 1,4A -4)W- Dollars and OP Cents $ 2&4 and oo Per Lump Sum 2. Lump Sum Traffic Control @ d a/Dollars and Q� Cents a Per Lump Sum 3. Lump Sum Surveying Services @ Y allars and oG Cents Per Lump Sum PR2of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Architectural Structures � r @T,� .r Aga�✓&1j J'A"<'q'ollars and Cents Per Lump Sum 5. Lump Sum Dry Utility and Site Lighting %I, ollars �p,.r h✓*a✓rs� ✓�Crs^ and v Cents $ 2-3 �-�, 61.0 Per Lump Sum 6. 9,900 CY Grading (Exporrtt)r L�i�if -�4"6ollars @�o'��v'' and Cents $ $ Per Cubic Yard 7. 2,800 CY Grading (Alternate Export — Unsuitable Planting Soil) @ Dollars and Cents $ $ 2L0, va Per Cubic Yard 8. Lump Sum Grading (On-site Earthwork) @ Dollars and Cents $ 243 .10 O Per Lump Sum 9. Lump Sum Civil Improvements @ Dollars and Cents $ d Per Lump Sum PR3of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. Lump Sum Hardscape @ Dollars and Cents Per Lump Sum 11. Lump Sum Walls and Fences Dollars @ Dollars and Per Lump Sum Cents Per Lump Sum 12. Lump Sum Metal Work Dollars @ Dollars and Per Lump Sum Cents Per Lump Sum 13. Lump Sum Site Amenities @ Dollars and Cents Per Lump Sum 14. Lump Sum Landscape and Irrigation @ Dollars and Cents Per Lump Sum 15. Lump Sum Newport Crest HOA Improvements @ Dollars and Cents Per Lump Sum $ 3 PR4 of ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Contractor shall submit a Schedule of Values attached to this proposal detailing cost breakdown of each bid item. This schedule will be used throughout the project for payment evaluation percentages and may also be used for contract change order negotiations. TOTAL PRICE IN WRITTEN WORDS - A; ///'ol / ��o A and 42 t, Cents . �,-i I ZD Dam -15 // 5{ yr _ 57�y C,.v 1v r���0'- Dollars s,2ZV.vv �— 7--'^ Total Price (Figures) Bidder r, 1TS0 Bidder's email address: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Contractor shall submit a Schedule of Values attached to this proposal detailing cost breakdown of each bid item. This schedule will be used throughout the project for payment evaluation percentages and may also be used for contract change order negotiations. TOTAL PRICE IN WRITTEN WORDS and Date Cents Bidder's Telephone and Fax Numbers Bidder's License No(s). and Classification (s) Bidder's email address: Dollars Total Price (Figures) Bidder Bidder's Authorized Signature and Title Bidder's Address PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS SUNSET RIDGE PARK CONTRACT NO. 3449 INTRODUCTION PART 1 - GENERAL PROVISIONS SECTION 1 TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 SECTION 2 SCOPE AND CONTROL OF WORK 6 2-5.3.3 Submittals 6 2-5.3.4 Substitutions for Submittal 12 2-9 SURVEYING 12 2-9.1 Permanent Survey Markers 12 2-9.4 Line and Grade 13 SECTION 3 CHANGES IN WORK 13 3-3 EXTRA WORK 13 3-3.2 Payment 13 3-3.2.3 Markup 13 3-4 CHANGED CONDITIONS 13 SECTION 4 CONTROL OF MATERIALS 14 4-1 MATERIALS AND WORKMANSHIP 14 4-1.3 Inspection Requirements 14 4-1.3.4 Inspection and Testing 14 4-1.3.5 Soils Inspection 14 4-1.3.6 Required Testing and Inspection 14 SECTION 5 UTILITIES 15 5-1 LOCATION 16 5-2 PROTECTION 16 5-7 ADJUSTMENT TO GRADE 16 5-8 SALVAGED MATERIALS 16 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 16 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 16 6-1.1 Construction Schedule 16 6-7 TIME OF COMPLETION 17 6-7.1 General 17 6-7.2 Working Days 17 6-7.4 Working Hours 17 6-9 LIQUIDATED DAMAGES 18 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 18 7-1 THE CONTRACTOR'S EQIPMENT AND FCALILTIES 18 7-1.2 Temporary Utilities Services 18 7-5 PERMITS 18 7-7 COOPERATION AND COLLATERAL WORK 18 7-8 WORK SITE MAINTENANCE 19 7-8.2 Air Pollution Control 19 7-8.3 Noise Control 19 7-8.4.3 Storage of Equipment and Materials in Public Streets 19 7-8.6 Water Pollution Control 20 7-8.6.2 Best Management Practices (BMPs) 20 7-8.7.2 Steel Plates 20 7-10 PUBLIC CONVENIENCE AND SAFETY 20 7-10.1 Traffic and Access 20 7-10.3 Street Closures, Detours, Barricades 21 7-10.4 Safety 21 7-10.4.1 Safety Orders 21 7-10.5 "No Parking" Signs 22 7-10.6 Notices to Residents 22 7-15 CONTRACTOR'S LICENSES 23 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 23 SECTION 8 FACILITIES FOR AGENCY PERSONNEL 23 8-2 FIELD OFFICE FACILITIES 23 8-2.1 Class "A" Field office 23 SECTION 9 MEASUREMENT AND PAYMENT 23 9-3 PAYMENT 23 9-3.1 General 23 PART 2 - CONSTRUCTION MATERIALS SECTION 200 ROCK MATERIALS 26 200-1 ROCK PRODUCTS 26 200-1.2 Crushed Rock and Rock Dust 26 200-1.2.2 Decomposed Granite 26 200-1.2.3 Brick Dust 26 200-1.5 Sand 27 200-1.5.6 Play Area Sand 27 SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 27 201-1 PORTLAND CEMENT CONCRETE 27 201-1.1.2 Concrete Specified by Class 27 201-2 REINFORCEMENT FOR CONCRETE 27 201-2.2.1 Reinforcing Steel 27 201-3 EXPANSION JOINT FILLER AND JOINT SEALANT 27 201-3.3 Polystyrene Joint Filler 27 201-3.4.1 Polyurethane Sealant 27 201-7 NON -MASONRY GROUT 27 201-7.2 Quick Setting Grout 27 SECTION 202 MASONRY MATERIALS 27 200-2 CONCRETE BLOCK 27 202-1.1 CONCRETE PAVERS 27 SECTION 204 LUMBER AND TREATMENT WITH PRESERVATIVES 27 204-1 LUMBER AND PLYWOOD 27 204-1.1 Kinds 28 204-1.1.5 Recycled Plastic Lumber 28 SECTION 206 MISCELLANEOUS METAL ITEMS 28 206-5 METAL RAILINGS 28 206-5.1 Metal Hand Railing Materials 28 206-6 CHAIN LINK FENCE 28 206-6.2 Materials for Posts, Rails and Braces 28 206-6.3.2 Polyvinyl Chloride (PVC) Coated Fabric 28 206-6.4 Tension Wires and Fabric Ties 28 206-6.5 Truss or Tension Rods 28 206-6.6 Fittings 28 206-6.9 Supplier 28 206-6.10 Temporary Construction Fencing 28 SECTION 207 PIPE 28 207-2 REINFORCED CONCRETE PIPE (RCP) 28 207-2.1 General 28 207-2.5 Joints 29 207-9 IRON PIPE AND FITTINGS 29 207-9.2 Ductile Iron Pipe for Water and Other Liquids 29 207-9.2.2 Pipe Joints 29 207-9.2.3 Fittings 29 207-9.2.6 Polyethylene Encasement for External Corrosion Protection 30 SECTION 210 PAINT AND PROTECTIVE COATINGS 30 210-1 PAINT 30 210-1.1 General 30 SECTION 211 SOILS AND AGREGATE TESTS 30 211-5 AGRONOMIC SOILS TESTING 30 SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS 30 212-1 LANDSCAPE MATERIALS 30 212-1.1 Topsoil 30 212-1.1.1 General 30 212-1.2 Soil Fertilizing and Conditioning Materials 31 212-1.2.3 Commercial Fertilizer 31 212-1.2.5 Mulch 31 212-1.2.6 Soil Mixes 31 212-1.3 Seed 31 212-1.5 Headers Stakes and Ties 32 212-1.5.3 Tree Stakes 32 212-1.5.4 Anti -Desiccant 32 212-1.5.5 Root Barriers and Trunk Guards 32 212-1.5.6 Erosion Control Matting 32 212-2 IRRIGATION SYSTEM MATERIALS 32 212-2.1 Pipe and Fittings 32 212-2.1.3 Plastic Pipe for Use with Solvent Welded Socket or Threaded Fittings 33 212-2.1.4 Plastic Pipe for Use with Rubber Ring Gaskets 34 212-2.1.7 Warning Tape for Potable Water Systems 35 212-2.2 Valves and Valve Boxes 35 212-2.2.1 General 35 212-2.2.2 Gate Valves 35 212-2.2.4 Remote Control Valves 36 212-2.2.6 Quick Coupler Valves 36 212-2.2.7 Valve Boxes 36 212-2.2.8 Ball Valves 37 212-2.2.9 Check Valves 37 212-2.2.10 Master Valve 37 212.2.2.11 Flow Sensor 37 212-2.3 Backflow Preventer Assembly 37 212-2.3.1 Basket Strainer Assembly 37 212-2.4 Sprinkler Equipment 38 212-3 ELECTRICAL MATERIALS 39 212-3.1 General 39 212-3.2 Conduit and Conductors 39 212-3.2.1 Conduit 39 212-3.2.2 Conductors 40 212-3.3 Controller Unit 41 212-3.4 Central Control System 41 212-4 LANDSCAPE DRAINAGE SYSTEM MATERIALS 42 212-4.1 General 42 212-4.1.1 Pipes and Fittings 42 212-4.1.2 Cleanouts 43 212-4.1.3 Large Area Drains 43 212-4.1.4 Small Area Drains 43 212-4.1.5 Sand Backfill 43 212-4.1.6 Sub -drainage Materials 44 212-5 SITE FURNISHINGS 44 212-5.1 General 44 212-5.1.1 Site Furnishings 44 PART 3 - CONSTRUCTION METHODS SECTION 300 EARTHWORK 44 300-1 CLEARING AND GRUBBING 44 300-1.3 Removal and Disposal of Materials 44 300-1.3.1 General 44 300-1.3.2 Requirements 45 300-1.5 Solid Waste Diversion 45 SECTION 302 ROADWAY SURFACING 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 52 302-6.6 Curing 52 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 52 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 53 303-5.1 Requirements 53 303-5.1.1 General 53 303-5.5 Finishing 53 303-5.5.1 General 53 303-5.5.2 Curb 53 303-5.5.4 Gutter 53 SECTION 304 METAL FABRICATION AND CONSTRUCTION 95 SECTION 305 PILE DRIVING AND TIMBER CONSTRUCTION 107 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 112 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 119 308-1 GENERAL 119 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CONTRACT NO. 3449 INTRODUCTION SP 1 OF 168 All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. P -5225-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's 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. Telephone: 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 1 —TERMS. DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1.01 CODES, PERMITS AND FEES A. Perform work in conformance with the 2010 California Building Code and all other regulations and standards of each and every governmental agency and bureau having jurisdiction over project and advise in writing of design of construction which must be specified to mitigate, shield or protect from architectural hazards. B. Obtain and pay for all permits, licenses construction taxes and fees required by City, County and State laws except general building plan check fee which will be paid by City of Newport Beach. Include in contracts, necessary expenses to comply with all such laws, ordinances, regulation, fees, permits and taxes. Arrange for all meter installations and pay for their fees. Provide temporary toilet facilities as required by local building code. SP 2 OF 168 1.02 SITE VISIT It is recommended that the site be visited prior to submission of any bid. Contractors and subcontractors will be held financially and legally responsible for accuracy of all grades, project conditions and dimensions prior to and after commencing work. Notify City of Newport Beach in writing immediately of discrepancies found within the construction documents, be responsible for the accuracy of details, for confirming and coordinating all quantities and dimensions, for selecting fabrication processes and for techniques of assembly and performance of all work in a legal, safe and satisfactory manner. 1.03 PROJECT SUPERVISION AND COORDINATION A. Be responsible for coordinating work, including that of subcontractors. Bind workers and subcontractors by terms of the contract as far as such terms are applicable to that work. B. Provide full-time on-site supervision by an experienced and competent superintendent in charge of the work until its completion. Ensure that the superintendent is on the project every day and at all times that any work is being done by any trade to ensure that all work is being done properly and in accordance with drawings and specifications. Meet with each worker, trade or subcontractor before work is to commence and explain the job to be done. Inspect work which is completed before proceeding to the next trade or phase of work. 1. Before concrete is poured into forms, check to see that forms are true and level, that dimensions are correct and that reinforcing is all in and properly placed. 2. While masonry work is being installed, ensure that it is properly started, properly raked and tooled, properly reinforced and kept clean. C. Perform the work correctly the first time spending as much time as is necessary studying drawings, specifications and project conditions to ensure this. This does not reduce the requirements that each worker and trade perform the work in strict accordance with drawings, specifications and schedules. 1.04 GUARANTEE AND WARRANTIES A. Guarantee all work, materials and products for at least one (1) year after date of acceptance or work, unless a longer duration is specified within individual technical specification sections or unless a longer trade or material warranty is customary and standard. Repair or replace or cause to be repaired or replaced, all such defective work, together with other work which may be displaced in doing so, without additional expense, ordinary wear and tear, unusual abuse or neglect excepted. SP 3 OF 168 B. In addition to guarantees and warranties, provide materials, products, assemblies and construction which will yield a reasonable value over a period of time which exceeds the specified or customary guarantee and warranty periods. 1.05 DRAWINGS AND SPECIFICATIONS A. Drawings and specifications are intended to show and describe details for a complete project. Execute parts and details not fully shown or described according to standard and customary trade practice and in similar manner and spirit of details which are shown on drawings or described in specifications. B. If details are considered unsound, unsafe or not within customary trade practice, notify the Landscape Architect and City of Newport Beach in writing. If work is performed, it will be assumed that there is no objection to the detail. Check accuracy of dimensions. No additional compensation will be allowed for differences between actual dimensions and those indicated on drawings. C. Follow figured dimensions in preference to scale, and detail drawings in preference to small scale drawings. Check accuracy of all dimensions in the field. Unless specifically accepted in individual technical specifications sections. Do not off-site fabricate any materials nor do any construction until verification of accuracy of drawing dimensions with actual field conditions. D. Follow specifications and written notes and schedules in preference for information furnished in the form of line drawings. Detailed and approved drawings furnished during construction are to be considered explanation and not as modifications or drawings and specification. Notes, figures and details on said detail drawings are to be executed as part of these specifications. E. Drawings and specifications are complementary and work called for on one and not the other shall be provided as though fully set forth in both. F. These specifications are divided into sections for convenience only. It is the responsibility of the Contractor to determine trades or workers responsible for all items for a complete project. These specifications include major information. In the absence of information, secure the review and approval of materials, products and systems by the Landscape Architect and City of Newport Beach. It is assumed that all persons and companies proposing work on this project are skilled in the interpretation and use of drawings and specifications and have found these Contract Documents free of ambiguities sufficient for bidding and successful construction SP 4 OF 168 purposes or have notified the Architect in writing of such ambiguities. G. Dangerous Products: Products specified in these specifications or on drawings have been selected for their appropriateness in design. The Landscape Architect has not researched each and every material, product and system in detail. It is the responsibility of each worker, trade and Contractor to obtain information necessary relative to potential dangers due to toxic gases, smoke, flammability and other potentially harmful characteristics and submit information on such characteristics to the City of Newport Beach prior to purchasing and install such. 1.06 LIENS AND INSURANCE A. Provide City of Newport Beach with certified waiver of liens by all subcontractors and suppliers. B. Provide evidence of obtaining and causing to maintain public liability insurance, property damage insurance and fire insurance for the duration of the project and until request for final payment. C. Carry the following minimum insurance: 1. Public Liability and Property Damage Insurance 2. Statutorily required Worker's Compensation Insurance 1.07 LANDSCAPE ARCHITECT A. Landscape Architect will consult with and advise the City of Newport Beach. Landscape Architect may observe construction and render interpretations necessary for the proper and timely execution of the work. B. Landscape Architect nor the City of Newport Beach will be responsible nor, have controls or charge over the acts or omissions or construction means, methods, techniques, sequences or procedures, or for safety precautions and programs, or the Contractor, workers, trades, suppliers or any of their agents or employees, or any other persons performing any of the work. 1.08 CHANGE ORDERS City of Newport Beach or any Contractor may request extra work or changes by altering, adding to or deducting from the work, the contract sum being adjusted to their mutual satisfaction. Before any extra work or changes are affected, the party requesting the extra work or changes must formally present the other party with a proposal for any added or deducted sum for their approval. SP 5 OF 168 1.09 TEMPORARY FACILITIES A. Erect and properly maintain at all times as required by conditions and progress of the work, all necessary and required protective barricades, fences and other safeguards for the protection of workers and the public. Construct and locate these barricades and fences as determined by local authorities, codes and practically. B. At all times during construction or erection of project or its component parts, prior to completion of the structural frame or placement and permanent connection of component members to the structural frame, provide, install and maintain properly designed and constructed temporary bracing of adequate strength to prevent dislocation, distortion, cracking, falling -off, or any other damage to the work or any of its component parts due to foreseeable normal excessive winds and earthquake forces, without additional cost to City of Newport Beach. Repair or replace at no added cost, damaged portions of work or component parts. C. The design, adequacy and safety of erection bracing, shoring, temporary supports, etc. is the sole responsibility of the workers and contractors, and has not been considered by the Landscape Architect. The Landscape Architect, in his site visitations will not include inspections of these items. 1.10 SUBSTITUTIONS A. Submit substitutions of materials or methods proposed to the City of Newport Beach in writing for approval or denial. Request these substitutions at the following preferential times, but in no case at such a time that Contractor, City of Newport Beach and Landscape Architect's review time would delay the project: during bidding period; 15 -working days prior to latest ordering date. Substitutions will be approved only if materials or methods are demonstrably superior in quality. Manufacturer's literature alone may not be sufficient evidence or proof of superiority. A request for a substitution constitutes a representation that workers and contractors. Waive all claims for additional labor or materials or products. B. If more than one manufacturer is specified in these specifications, it is the Contractor's option to select the one which he may desire to use. If more than one finish or style is available in the item specified, the Contractor is obligated to allow the City of Newport Beach to make a selection. No substitutes shall be made without the Landscape Architect's and the City of Newport Beach's approval. 1.11 CLEAN-UP AND REMOVALS SP 6 OF 168 A. All contractors are responsible for the daily removal of all accumulated debris resulting from their work that day. Lawfully remove all scrap, debris and other excess materials from the site, or as otherwise may be directed. B. At completion of work, protect work and finishes from damage by other trades or contractors. After completion of project, remove protective materials and then clean all for acceptance by City of Newport Beach. C. Ensure that all materials or products required to be operational are operational. Make necessary adjustments for correct operation prior to scheduling City of Newport Beach acceptance. SECTION 2 - SCOPE AND CONTROL OF WORK 2-5.3.3 SUBMITTALS: Replace paragraph two with the following: "Submittals are required for the following products and areas of work: SITE CONCRETE A. Concrete Mix Design(s): Submit six (6) copies of concrete mix design for each proposed concrete type and use. B. Flatwork Panel: One (1); four (4) X four (4) foot sample of each type of specified type of concrete finish and color. Required joints materials and treatments shall be included. C. Wall Panel: One (1); four (4) X four (4) foot tall sample of each type of wall concrete finish and color. Required joints materials and treatments shall be included. D. Seat Wall Panel: One (1); four (4) wide X two (2) foot tall sample of each type of wall concrete finish and color. Required joints materials and treatments shall be included. PRECAST CONCRETE PAVERS A. Concrete Mix Design(s): Submit six (6) copies of concrete mix design for each proposed concrete paver type and use. B. Flatwork Panel: One (1); four (4) X four (4) foot sample of each type of specified type of paver finish and color. Required joints materials and treatments shall be included. CONCRETE UNIT MASONRY SP 7 OF 168 A. Product Data: Submit six (6) copies of manufacturers' latest catalog cuts, laboratory test data, and specifications for each specified product. B. Samples: Submit prior to delivery to site. Attach product name, address of manufacturer and/or supplier to each sample. 1. Masonry Unit: Two (2) full size units of each type and color or pattern, including caps, concrete pavers and special shapes required to show range of texture, color, finishes and dimensions. 2. Color Sample: Mortar, grout and expansion joint compounds. METAL FABRICATION AND CONSTRUCTION A. Product Data: Submit six (6) copies of manufacturers' latest catalog cuts, shop drawings and specifications for FabriTec Shade Structures, handrails, chain-link backstop, dugouts, gates, footing, pitching tunnels, and fencing. B. Samples: Submit prior to delivery to site. Attach product name, address of manufacturer and/or supplier to each sample. 1. Handrails: One (1); 18 -inch long with bend return and one (1) butt - end joint for each type. Color: One (1) for each type and color. 2. Chain-link: One (1); 24 -inch x 24 -inch segment with minimum size capped posts, rails, stretcher bar and fabric. 3. Tubular steel fence: One (1) 18 -inch x 18 -inch section with the steel post, top and bottom rail and fence picket. Finish and color shall be representative of specifications. UNDERGROUND CONDUIT CONSTRUCTION A. Product Data: Submit six (6) copies of manufacturers' latest catalog cuts, laboratory test data and specifications for each specified product. B. Samples: Submit prior to delivery to site. Attach product name, address of manufacturer and/or supplier to each sample. 1. Solid and perforated drain pipe: 12 -inch length and literature. 2. Filter Fabric: 24 -inch x 24 -inch with literature. 3. Drainage Stone: One (1) quart with certification and source. 4. Perforated Pipe with Fabric Cover: three (3) foot length with literature. 5. Clean -outs: One (1) for each type and color. 6. Pavement and Planter Area Drains: One (1) for each type and manufacturers literature. ELECTRICAL COMPONENTS SP 8 OF 168 A. Materials List: Submit prior to delivery to site a complete list of all electrical material to be used in the work. Items shall be identified by the name of the manufacturer, the trade name of the item, catalog/part number, finish color (as appropriate), and all other pertinent specifications B. Product Data: Submit six (6) copies of manufacturers' latest catalog cuts, laboratory test data and specifications for each specified product. PAINT A. Product Data: Submit six (6) copies of manufacturers' latest catalog cuts, laboratory test data and specifications for each specified product. B. Samples: Submit prior to delivery to site. Attach product name, address of manufacturer and/or supplier to each sample. 1. One (1) pint each type. LANDSCAPE AND IRRIGATION INSTALLATION A. Samples and Product Data: Prior to delivery to site submit samples(S) as noted here, six (6) copies of laboratory test data and certification (C) and six (6) copies of manufacturers' literature(ML) for the following items: 1. Organic Amendments: S of one (1) pt. for each type, C or ML 2. Soil Mixes: S of/z-Ib for each type and C. 3. Sand: S of Y2 -Ib for each type and C. 4. Chemical Additives: S of 1 pint for each type, C and ML. 5. Perforated Drain -line: S of One (1) linear foot and ML. 6. Filter Fabric: S of One (1) square foot and ML. 7. Drain Rock: S of One (1) Pint and C. 8. Tree and Shrub Planting Fertilizer: S of/z-pint. 9. Tree Ties: S of one (1) for each type. 10. Wood Chip Mulch: S of five (5) gallons. 11. Seed Mix: S '/z -pint for each type C and ML. 12. Erosion Control Mat: S of One (1) square foot fabric four (4) stakes and ML. 13. Root Barrier and Trunk Guard: S of one (1) panel each and ML. 14. Site Furnishing: Picnic tables, benches, pipe rail gates, drinking fountains, dugout benches, bat racks, bases, home plates, pitchers mounds, bike racks, tree grates, site lighting fixtures, tot lot play equipment, barbeque grills, bleachers, and trash receptacle, ML. B. Required Documents 1. Submittals Submit to the Engineer, six (6) sets of all irrigation equipment to be used, manufacturer's brochures, service manuals, guarantees, and SP 9 OF 168 operating instructions for approval by the Landscape Architect's irrigation designer prior to beginning of work. Submittals should be in a bound form complete with table of contents. The Contractor shall not proceed with work in the field until this submittal is approved in its entirety. 2. Prior to Performing Any Work, the following items shall be submitted to the Engineer, two (2) weeks prior to performing any work. In addition to Section 2-5.3.3, B, 1, the following information shall be listed on the Contractor's own letterhead paper with the Table of Contents but prior to any of the manufacturer's information, etc. a. Materials List Complete materials list that shall include the manufacturer, model number, and description of all materials and equipment to be used and shall use the following format (double space between each item). EXAMPLE Item No. Description Manufacturer Model Page # Pressure ------ Supply lines Pacific Plastics, Inc. Schedule 40 ------ Turf head Toro 570Z -COM ------ Etc. Etc. Etc. 1. Notarized Certificates Notarized certificates for plastic pipe and fittings manufacturer; indicating that material complies with the specifications unless material has been previously approved. a. The Contractor shall furnish the articles, equipment, materials or processes specified by name in the drawings and specifications. No substitution will be allowed without prior written approval by the Landscape Architect. b. The Contractor shall submit to the Landscape Architect catalog data and full descriptive literature for approval of all items specified. c. Submit shop drawings and specifications for controller enclosure assembly(s), including electrical wiring schematic(s). Submit shop drawings and specifications for all special assemblies, e.g. booster pump(s), fertilizer injection, controller enclosure, central control computer system, flow sensing equipment, etc., if shown on the drawings. d. Equipment or materials installed or furnished without the prior approval of the Landscape Architect may be rejected and the A SP 10 OF 168 Contractor is required to remove such materials from the site at his own expense. e. Approval of any item indicates only that the product(s) apparently meet the requirements of the drawings and specifications on the basis of the information or samples submitted. f. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranty shall only supplement the guarantee. Material shall be of the best quality obtainable, of American manufacture, and shall comply strictly with the drawings and specifications. All equipment shall be new and unused prior to installation. Prior to Start of Maintenance Period 1. Upon completion of the project, the Contractor shall submit one (1) complete set of as -built drawings to the Engineer for approval. Approved as -built drawings shall be considered record drawings. 2. Upon approval of the as -built drawings by the Engineer's representative, the Contractor shall transfer all field data information to a final as -built drawing prepared on AutoCAD Version 2010 format. This information shall be turned over to the Engineer in the form of a reproducible drawing (Mylar) and digitally (electronic drawing file on a compact disc). 3. One (1) sepia Mylar set and one compact disk shall be delivered to the Engineer and to the Landscape Architect upon approval of the as -built drawings. The disk is to contain files in AutoCAD 2010 and PDF format. D. Prior to Final Acceptance The following items shall be submitted to the Engineer no later than 30 days prior to Final Inspection at the beginning of the maintenance period. 1. Two (2) Controller Charts for Each Controller a. Provide two (2) sets of controller drawings for each controller unit installed on the project. The controller drawings shall be an actual AutoCAD 2010 reduction of the area covered by that controller unit and shall be at the maximum allowable scale that will fit inside the controller door without folding the drawing. b. After final approval from the Landscape Architect, each controller drawing shall be hermetically sealed between two (2) pieces of minimum 20 mils thick plastic. 2. The Contractor will permanently fix one (1) controller drawing to the inside of each controller unit and bind one (1) complete set of SP 11 OF 168 controller drawings in a loose leaf binder and submit to Engineer prior to scheduling a final walk through. 3. Two Operation and Maintenance Manuals: Two (2) individually hard bound copies of operation and maintenance manuals. The manuals shall describe the material installed. Each complete manual shall include the following information: a. Index sheet stating Contractor's address and telephone number, list of equipment including names and addresses of local manufacturer representatives. b. Complete operating and maintenance instruction for all equipment. c. Spare parts lists and related manufacturer information for all equipment. d. A guarantee for the sprinkler irrigation system. This guarantee form shall be retyped onto the Contractor's letterhead. e. Contractor's performance bond information, including bonding company, bond number, agent and phone number. f. Listing of all required warranties and guarantees with effective dates and expiration date. g. Current watering schedule requirements. E. Submit prior to beginning plant establishment/maintenance, six (6) copies each of the following items: 1. Schedule of establishment operations and format of monthly status report including list of all equipment and materials proposed for the job. 2. Written application recommendation by a licensed agricultural pest control advisor for all weed, pest and disease controls restricted by the Director of Agriculture proposed for this work. 3. Provide monthly record of all herbicides, insecticides and disease control chemicals used for the project. 4. Warrant in writing that all trees planted under this Contract will be healthy and in flourishing condition of active growth one (1) year from date of Final Acceptance. Warrant in writing that all lawns and irrigated grasses shall be in a healthy and flourishing condition of active growth six (6) months from date of Final Acceptance unless in dormant season. Warrant in writing that all native grasses and wildflowers shall have germinated at the levels certified by the supplier during one annual season after the Final Acceptance. Warrant in writing the growth and coverage of native grasses and wildflower planting to the effect that a minimum of 95% of the area planted shall be covered with specified planting after one growing season with no bare spots. All delays in completion of planting operations which extend the planting into more than one planting season shall extend the Warranty Period correspondingly. Contractor shall not be held responsible for failures due to neglect SP 12 OF 168 by the Engineer, City Maintenance, vandalism, etc., during Warranty Period. Report such conditions in writing. 5. Service Manuals a. The Contractor shall furnish six (6) service manuals to the Engineer prior to scheduling a walk through for substantial completion. Manuals shall be submitted in a bound form complete with a table of contents, copy of Contractor's warranty, and workmanship form on company letterhead and shall contain complete enlarged drawings of all equipment installed showing component warranties and catalog numbers together with the manufacture's name and address. Manuals shall include operation instructions. Manuals shall be subject to approval by the Engineer or Engineer's representative as to completeness. b. The service manual will be incorporated into the maintenance manual prepared by the Contractor. 2-5.3.3 SUBMITTALS: Add to this section, "All rejected submittals shall be resubmitted with revised samples, certifications and manufacturer's data in the prescribed quantities at no cost to the City of Newport Beach until approved by Engineer. Refer to Section 6-3 "Submittal Schedule". 2-5.3.4 SUBSTITUTIONS FOR SUBMITTAL: Substitutions for specified products will be reviewed by the Architect to determine "or equal" status. The Architect's review time will be charged to the Contractor on the basis of 2-1/2 times the technical salaries of the personnel involved for all substitution evaluation requiring more than four (4) hours time (cumulative total of all evaluations) for the review. This charge will apply for any and all substitutions. The Architect will provide itemized accounting for all review charges. Any and all costs or changes arising from the consideration of alternate materials or equipment shall be paid for by the Contractor. The Contractor shall be responsible for fitting any such substitutions into the spaces available and paying for the cost of any changes or revisions required in the work of any other trade. All charges and costs attributed to substitutions shall be deducted from retention amounts at the end of the contract. 2-9 - SURVEYING 2-9.1 PERMANENT SURVEY MARKERS: "The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the SP 13 OF 168 required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.4 LINE AND GRADE: "The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Borchard Surveying and Mapping and can be contacted at (949) 4394682. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. SECTION 3 - CHANGES IN WORK 3-3 - EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup: Replace this section with the following: (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 ............................................ 15 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, one (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 (prior to any markups) of such work. A markup of ten (10) % on the first $5,000 of the subcontracted portion of the extra work and a markup of five (5) % on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SP 14 OF 168 3-4 CHANGED CONDITIONS: Add the following "Contractor shall develop an approved Health and Safety Contingency Plan (HSCP) in the event that unanticipated/ unknown environmental contaminants are encountered during construction. Refer to the attached Mitigation Monitoring and Reporting Program (Hazards and Hazardous Materials section) of the appendix." SECTION 4 - CONTROL OF MATERIALS BauMAIN III owl FTAIIRIFaa.ILnM6120124►NAra►ly:na 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 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. 4-1.3.5 SOILS INSPECTION: All excavation, filling and compaction shall be performed under the direct supervision and control of the Soils Engineer. 4-1.3.6 REQUIRED TESTING AND INSPECTION: The following materials shall require testing and inspection: 1. Earth Fill Compaction. B. Concrete (Chapter 26): 1. Materials: a. Portland Cement Test b. Concrete Aggregates c. Reinforcing Bars d. Batch Plant Inspection 2. Concrete Quality: a. Proportions of Concrete b. Strength Tests of Concrete SP 15 OF 168 c. Splitting Tensile Tests 3. Concrete Inspection: a. Job Site Inspection b. Batch Plant or Weigh -master Inspection c. Reinforcing Bar Welding Inspection C. Masonry: 1. Materials: a. Masonry Units b. Portland Cement c. Mortar & Grout Aggregates d. Reinforcing Bars 2. Masonry Quality: a. Portland Cement Tests b. Mortar & Grout Tests c. Masonry Core Tests d. Reinforcing Bar Tests 3. Masonry Inspection: a. Reinforced Masonry D. Structural Steel: 1. Materials: a. Structural Steel, Cold Formed Steel b. Material Identification 2. Inspection of Structural Steel: a. Tests of Structural & Cold Formed Steel b. Tests of H.S. Bolts, Nuts, Washers c. Tests of End Welded Studs d. Shop Fabrication Inspection e. High Strength Bolt Inspection E. Welding Inspection. F. The Engineer shall inspect all rough electrical work prior to pouring of any concrete slab; prior to the complete enclosure or covering of any work; and upon completion. SECTION 5 - UTILITIES 5-1 LOCATION: Add the following after the 3'd paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA SP 16 OF 168 utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION: Add the following: "In the event that an existing pull or meter box or cover 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." ADD SECTION 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE: The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. 5-8 SALVAGED MATERIALS: The Contractor shall salvage all existing meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. 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 Mr. Ed Burt, Utilities Superintendent. Telephone: (949) 718-3402. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK: "The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed. The Contractor shall honor his award of this project a minimum of 90 days after bid opening to allow the City of Newport Beach to secure all permits." 6-1.1 CONSTRUCTION SCHEDULE: No work shall begin 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 a construction schedule to the Engineer for approval a minimum of five working days prior to the pre - construction meeting. Schedule may be bar chart or CPM style. Contractor shall attend weekly construction progress meetings with City staff or its representatives. Construction schedule shall be updated on a biweekly basis and submitted to the City at the weekly progress meetings. In addition to the overall project schedule, Contractor shall also submit a detailed two-week look ahead schedule. 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 SP 17 OF 168 the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the 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 the Contract within 180 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery 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 % completion of work." 6-7.2 WORKING DAYS: Revise 3 to read: "any City holiday, defined as January 1st (New Year's Day), 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 4th the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours: Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor 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 6:00 p.m. on Saturdays only. A request for working outside the normal working 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 $146 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 the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500 per calendar day. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages SP 18 OF 168 per 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 residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 TEMPORARY UTILITY SERVICES: Add to this end of this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender and $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any 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 water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water' 7-5 PERMITS. Add to this section the following: The Contractor shall obtain and pay for all costs incurred for permits necessary for the work and the associated operations such as, but not limited to, State of California, Department of Transportation double permit (DP), city building permit, utility and/or encroachment permits, those permits required for night work, overload, and demolition. 7-7 COOPERATION AND COLLATERAL WORK: Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and SP 19 OF 168 residents of the upcoming water shutdown with a form provided by the Engineer at least 48 -hours minimum in advance of the water shut down." The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011." 7-8 WORK SITE MAINTENANCE 7-8.2 AIR POLLUTION CONTROL: Add to this section: "Contractor shall comply with the SCAQMD Rules 402 and 403, which shall assist in reducing short-term air pollutant/dust emissions. Refer to the attached Mitigation Monitoring and Reporting Program (Air Quality and Climate Change section) of the appendix." 7-8.3 NOISE CONTROL: Add to this section: "Contractor shall comply with noise control as outlined in the attached Mitigation Monitoring and Reporting Program (Noise section) of the appendix." ADD SECTION 7-8.4.3 STORAGE OF EQUIPMENT AND MATERIALS IN PUBLIC STREETS 7-8.4.3 STORAGE OF EQUIPMENT AND MATERIALS IN PUBLIC STREETS: Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 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 www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." SP 20 OF 168 7-8.6.2 BEST MANAGEMENT PRACTICES (BMPS): Add to this section: 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. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 %. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.7.2 STEEL PLATES: "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 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 accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." 7-10.3 STREET CLOSURES, DETOURS AND BARRICADES: Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre -construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. Traffic SP 21 OF 168 control plans shall address trucking routes from City limits to the project site and out to the City limits. Trucking activities shall comply with the attached Mitigation Monitoring and Reporting Program (Transportation and Circulation section) of the appendix. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 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 reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent. Telephone: (949) 718-3468 and all affected property owners. 5. At a minimum, the Contractor shall maintain one (1) lane of traffic in each direction when completing their work. 6. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 7. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure 8. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure." 7-10.4.1 SAFETY ORDERS: Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's 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." Add the following Section 7-10.5 "No Parking" Signs SP 22 OF 168 7-10.5 "NO PARKING" SIGNS: The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 48 -hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department. Telephone: (949) 644-3717 for verification of posting at least 48 - hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in two (2) inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Add the following Section 7-10.6 Notice to Residents 7-10.6 NOTICES TO RESIDENTS: Ten (10) working days prior to starting work, the Contractor shall deliver a construction notice to residents within 500 -feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. 48 -hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 -calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. Add the following Sections: 7-15 CONTRACTOR'S LICENSES: At the time of the award and until completion of work, the Contractor shall possess a General "A" license. In addition, all landscape and irrigation improvements shall be completed by a landscape contractor or subcontractor with a "C-27" license. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid 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 SP 23 OF 168 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 up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built' drawings. The "As -Built' shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) 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 8 — FACILITIES FOR AGENCY PERSONNEL 8-2 FIELD OFFICE FACILITIES 8-2.1 CLASS "A" FIELD OFFICE: Add to following: 'The Contractor shall provide a Class "A" field office. The location of the field office shall be within a half mile radius from the project site and shall be approved by the City prior to establishment. The field office shall include high speed internet service with a minimum download speed of 6 Mbps. The contractor may use a portion of the existing City parking lot at the northeast corner of Coast Highway and Superior Avenue to establish temporary trailer(s) as the field office. The field office shall be in operation for the duration of the construction period and shall be maintained by the Contractor." SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 GENERAL: Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, implementing the SWPPP, WQMP and all storm water BMPs, obtaining a Caltrans "DP" permit and associated permit fees, establishing the Class A field office, preparing and updating the construction schedule as needed or directed by the SP 24 OF 168 Engineer, attending by -weekly construction progress meetings, demobilization, and all other related work as required by the Contract Documents. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required construction notifications and temporary parking permits, post signs, covering conflicting signs, and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, changeable message boards. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 3 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for surveying, construction staking, centerline ties, as -built field notes, filing of corner records, reestablishment of property corners disturbed by the work, protection and restoration of existing monuments and all other work items as required to complete the work in place. This item also includes field delineation of the Southeast (SE) Polygon, the 50 -foot buffer from the SE Polygon, and the 16 -foot wide maintenance road from Coast Highway to the park site on the west side of the project location. Item No. 4 Architectural Structures: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all architectural structures shown on the construction plans and specifications. This bid item includes, but is not limited to, full compensation for the restroom building, the trellis structure by the overlook area, and the tensile structures. Item No. 5 Dry Utility and Site Lighting: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all dry utility and site lighting shown on the construction plans and specifications. This item includes, but is not limited to, full compensation for trenching, installing conduits, and completing wire connections of all Southern California Edison (SCE) facilities. Item No. 6 Grading (Export): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for unsuitable soil testing, excavating, over -excavating, trucking, and exporting of excess soil from the project site to a disposal location as shown on the construction plans and specifications. Contractor shall be responsible for locating a disposal location. This bid item will be paid for by cubic yard of export as determined by the in-place volume of soil to be excavated. A compact disc with the existing and proposed terrain (surfaces) in AutoCAD 2013 format is included with the purchase of the bid documents. Refer to the bid Proposal for the estimated quantity of export. It is the contractor's responsibility to confirm this quantity prior to the start of any grading activities. If the additional removal of unsuitable soil is required after grading to the finished grades for the area shown on the plans, the additional fill (CY) required to re -compact this excavation back to finished SP 25 OF 168 grades per plan will require the use of suitable on-site amended soils for fill and would result in a reduction to the total export quantity for this item, and a credit to the City of Newport Beach. Item No. 7 Grading (Alternate Export — Unsuitable Planting Soil): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for unsuitable soil testing, rough grading, excavating, over -excavating, compaction, recompacting, placement of soil in its final horizontal and vertical location as shown on the construction plans and specifications. This item is an Alternate Bid Item that will be executed only if the required soil testing results in unsuitable soils at finished grades for the area shown on plans. A compact disc with the existing and proposed terrain (surfaces) in AutoCAD 2013 format is included with the purchase of the bid documents. Item No. 8 Grading (On-site Earthwork): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for rough and precise grading, excavating, over -excavating, compaction, recompacting, placement of soil in its final horizontal and vertical location as shown on the construction plans and specifications. A compact disc with the existing and proposed terrain (surfaces) in AutoCAD 2013 format is included with the purchase of the bid documents. Item No. 9 Civil Improvements: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all civil improvements shown on the construction plans and specifications. This item includes, but is not limited to, full compensation for all domestic water improvements, wastewater improvements, storm improvements, erosion control, and removal and disposal of existing civil improvements. Item No. 10 Hardscape: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all hardscape improvements shown on the construction plans and specifications. This item includes, but is not limited to, full compensation for soil compaction, aggregate base, colored concrete paving with seeded aggregate, natural gray concrete, decomposed granite, turf block, sand, rubberized play surface at tot lot, infield brick dust, concrete interlocking pavers, gravel maintenance road, concrete curbs, flagstone paving, concrete stairs with cheek walls, ramps and culvert bridge as shown on the construction plans and specifications. Item No. 11 Walls and Fences: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all walls and fences shown on the construction plans and specifications. This item includes, but is not limited to, full compensation for all vertical hardscape elements such as cast -in-place concrete seat walls, board formed walls, CMU retaining walls, CMU sound walls, Verdura modular walls, monument sign, chain-link fences and gates, and habitat exclusion fencing. Item No. 12 Metal Work: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all metal work shown on the SP 26 OF 168 construction plans and specifications. This item includes, but is not limited to, full compensation for handrails, baseball backstop, dugout and foul line fencing, and cable fencing along walls. Item No. 13 Site Amenities: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all site amenities shown on the construction plans and specifications. This item includes, but is not limited to, full compensation for boulders, play area equipment and sculptures, picnic tables, benches, butterfly garden benches, trash receptacles, drinking fountain, barbecue, bike racks, bat racks, bleachers, baseball diamond, soccer fields, and other sporting equipment. Item No. 14 Landscape and Irrigation: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all landscape and irrigation improvements shown on the construction plans and specifications. This item includes, but is not limited to, full compensation for fine grading, topsoil, soil amendments, irrigation pump and controllers, tree planting and staking, shrub and various plant installation, turf, hydro -seeded mixes, mulch, weed abatement, removal of invasive plants, 90 -day plant establishment period followed by a 365 -day maintenance period. Item No. 15 Newport Crest HOA Improvements: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all Newport Crest HOA improvements shown on the construction plans and specifications. This item includes, but is not limited to, full compensation for removal of conflicting plants, installation of plants and renovation of existing irrigation system, installation of steel fencing and gates. PART 2 CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS 200-1.2.2 DECOMPOSED GRANITE: Decomposed granite shall be tan in color and as provided by Gail Materials, Corona, CA. 200-1.2.3 BRICK DUST: Brick dust shall be "Pro Gold Premium Infield Mix" as provided by Gail Materials, Corona, CA. 200-1.5 SAND SP 27 OF 168 200-1.5.6 PLAY AREA SAND: Play area sand shall be "Pro Tour Sand" as provided by Premier Silica. LLC. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 CONCRETE SPECIFIED BY CLASS: Add to this section: "Portland Cement concrete for construction shall be Class 560-C-3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 REINFORCING STEEL: Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with two (2) inch minimum cover unless shown otherwise on the plans." 201-3 EXPANSION JOINT FILLER AND JOINT SEALANT 201-3.3 POLYSTYRENE JOINT FILLER: Add the following "Joint filler's shall be '/fl- inch x three (3) inch Polyfelt, as supplied by White Cap Wholesale. Backer rods shall be used at all wall/flat work intersections. 201-3.4.1 POLYURETHANE SEALANT: Gun -grade, polyurethane with a Shore 'A' hardness of not less than 40 after 72 -hours. Pacific Polymers, PRC, or approved equal. 201-7 NON -MASONRY GROUT 201-7.2 QUICK SETTING GROUT: Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." SECTION 202 - MASONRY MATERIALS 202-2 CONCRETE BLOCK 202-1.1 CONCRETE PAVERS: Concrete pavers shall be the size and colors indicated on the plans as supplied by Orco Block, Stanton, Ca. SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD. 4615 HR02410415 SP 28 OF 168 204-1.1.5 RECYCLED PLASTIC LUMBER: Recycled plastic lumber used for baseball backstops shall be of the size and color as shown on the Plans as manufactured by Tangent Technologies, LLC. SECTION 206 - MISCELLANEOUS METAL ITEMS f40191.i�Ll:01/_10:L II1041 Ly 206-5.1 METAL HAND RAILINGS MATERIALS: Add to this section "Anodized aluminum hand rails shall be bronze in color and constructed as shown on the Plans." 206-6 CHAIN LINK FENCE 206-6.2 MATERIALS FOR POSTS, RAILS AND BRACES: Revise this section to read Materials for posts, rails and braces shall conform to the schedule shown on the Plans. All posts, rails and braces shall be PVC Coated flat black. 206-6.3.2 POLYVINYL CHLORIDE (PVC) COATED FABRIC: Add to this section "Fabric shall be color matched with framework materials. Fabric 60 -inches and under shall be knuckled at both selvages." 206-6.4 TENSION WIRES AND FABRIC TIES: Add to this section "Tension wires and fabric ties shall be powder coated or painted to color match with framework materials. 206-6.5 TRUSS OR TENSION RODS: Add to this section "Truss or tension rods shall be powder coated or painted to color match with framework materials. 206-6.6 FITTINGS: Add to this section "Fittings shall be powder coated or painted to color match with framework materials. 206-6.9 SUPPLIER: Master Halco, Inc, Fontana, CA 92335. Telephone: (909) 549- 4601 or approved equal. 206-6.10 TEMPORARY CONSTRUCTION FENCING: Temporary construction and obstruction fencing shall be 6 foot tall, standard galvanized chain link. SECTION 207 - PIPE 207-2 REINFORCED CONCRETE PIPE (RCP) 207-2.1 GENERAL: These specifications apply to reinforced concrete pipe intended to be used for the construction of storm drains, sewers, and related structures. 207-2.5 JOINTS: Add to this section: "All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar SP 29 OF 168 Mac "Mac Wrap" or approved equal. Mar Mac Manufacturing Company. Telephone: (800)845-6962. 207-9 IRON PIPE AND FITTINGS 207-9.2 DUCTILE IRON PIPE FOR WATER AND OTHER LIQUIDS 207-9.2.2 PIPE JOINTS: Add to this section, "All flanged pipe joints shall be joined utilizing type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full-faced, cloth reinforced Buna-N rubber. Flex and Transition coupling used to join pipe in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe hardness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from Stainless Steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All Fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints." 207-9.2.3 FITTINGS: Add to this section: "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21-10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full-faced Buna-N, nylon impregnated rubber." 207-9.2.6 POLYETHYLENE ENCASEMENT FOR EXTERNAL CORROSION PROTECTION: Revise this section to read: "Ductile iron pipe fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene." SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT SP 30 OF 168 210-1.1 GENERAL: Add to this section "Anti -graffiti paint shall be "Armaglaze" as supplied by Dulux Paint, Costa Mesa, CA." SECTION 211 - SOILS AND AGREGATE TESTS 211-5 AGRONOMIC SOILS TESTING: Soils for planting areas shall be tested for agronomic suitability. The Contractor shall provide a soils laboratory to secure samples, conduct analysis and submit a report and soil prep recommendations. A minimum of one (1) sample shall be required for each sports field. Other areas shall be sampled sufficiently to establish a general understanding of the soil per the planting type. Turf areas shall be sampled separately from shrub areas. The Contractor shall prepare a soils sample site map numbering each location for identification and submit to the Engineer for approval prior to contacting the soils laboratory. The Contractor shall adjust the quantity and elements of the soil mixes shown elsewhere in these Special Provisions as recommended. SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS 212-1.1 TOPSOIL. 212-1.1.1 GENERAL: Add to this section 'Topsoil shall be defined as an on-site soil material in conformance with the requirements for Class B and Class C Topsoil, Subsections 212-1.1.3 and 212.1.1.4 of the Standard Specifications, that could be used in planting mixes for turf areas and backfill of tree, shrub and groundcover planting pits. Topsoil shall be fertile, friable, well -drained soil, of uniform quality, free of stones over one (1) inch diameter, sticks, oils, chemicals, plaster, toxic substances, concrete and other deleterious materials, as a planting medium for the project. Topsoil shall conform to the following: 0 Grading: Sieve Size 25.4 mm (1 -inch) 9.51 mm (%-inch) 53 Micron (270 mesh) Percent Passing Sieve B. Chemistry: Suitability Considerations: 95-100 85-100 10-30 1. Salinity: Saturation Extract Conductivity (ECe x 103 @ 25 degrees C.) less than 4.0. SP 31 OF 168 2. Sodium: Sodium Absorption Ratio (SAR) less than 9.0. 3. Boron: Saturation Extract Concentration less than 11.0 PPM. 4. Reaction: pH of Saturated Paste: 5.5 - 7.5. 212-1.2 SOIL FERTILIZING AND CONDITIONING MATERIALS 212-1.2.3 COMMERCIAL FERTILIZER: Add to this section "Commercial fertilizers shall conform to the following: A. Tri -C 6-2-4+5%S, as supplied by Tri -C Enterprises, Chino, CA. Telephone: 800.927.3311 B. Best -Pak (20-10-5) controlled release fertilizer bags, as supplied by J.R. Simplot Co, Lathrop, CA. Telephone: 800.992.6006 1. Nitroform (38-0-0) as supplied by Hercules MCW Plant, Louisiana. 212-1.2.5 MULCH: Revise this section to read "Mulch shall be Forest Floor Nitrolized Mulch, one (1) inch to four (4) inches diameter free of sticks, dirt, dust and other debris as supplied by Aquinaga Fertilizer Co. Irvine, Ca". 212-1.2.6 SOIL MIXES: Soil mixes for soil preparation and plant pit backfill shall conform to the following: A. Surface Soil Preparation: 5 cubic yards Type 1 organic soil amendment 70 lbs Tri -C 6-2-4+5%S 10 lbs Nitroform (38-0-0) 175 lbs Calcium carbonate limestone B. Backfill Mix for On -Grade Plant Pits: Eight (8) parts native on-site soil, by volume Two (2) parts Type 1 organic soil amendment, by volume One (1) Ib Nitroform (38-0-0) per cubic yard of mix Six (6) lbs. Tri -C 6-2-4+5% S per cubic yard mix Best -Pak Planting Packet (20-10-5) (qty. per mfg/plant size) Five (5) lbs finely ground calcium carbonate limestone per cubic yard mix 212-1.3 SEED: Add to this section "Seed mixes shall be as follows: A. Residential Buffer Hydroseed Areas: 15.6 lbs. — Residential Buffer Seed Mix per acre refer to planting legend on plans. Supplied by; S&S Seeds, Carpenteria, CA. Telephone: (805) 684-0436 9 lbs. — Tri -C 6-2-4 per 1000 square feet B. Expanded Native Coastal Sage Scrub Areas: SP 32 OF 168 28.2 lbs. per acre — Expanded Native Coastal Sage Scrub Seed Mix per acre, refer to planting legend on plans. Supplied by; S&S Seeds, Carpenteria, CA. Telephone: (805) 684-0436 9 lbs. — Tri -C per 1000 square feet 212-1.5 HEADERS STAKES AND TIES 212-1.5.3 TREE STAKES: Revise this section to read `Tree stakes shall be made from Lodgepole Pine with ten (10) inch tapered driving point and chamfered top, treated with copper napthanate or pentachloraphenol to heartwood, green color, as manufactured by C&E Lumber Company of Pomona, CA. Telephone: (714) 626-3591, or accepted equal. 12 -foot length standard. Tree ties shall be "Cinch 32 (32 -inch) Cinch Tie" manufactured by Bishop Company, Whittier, CA. Telephone: 1-(800)-421-4833. Wire for guying 48 -inch box size trees shall be 2.64 mm (No.12 BWG) zinc -coated iron. Deadman stakes shall be 19 mm (3/4 -inch) -diameter steel pipe 1m three (3) feet long. Covers for wire shall be garden hose, 13 mm ('h -inch) -minimum diameter." 212-1.5.4 ANTI -DESICCANT: Anti -desiccants for retarding excessive loss of plant moisture and inhibiting wilt shall be a sprayable, water insoluble vinyl-vinyledine complex which will produce a moisture retarding barrier not removable by rain. Anti - desiccants shall be "Wilt-pruf Formula NCF" as manufactured by Nursery Specialty Products, Greenwich, Connecticut, or accepted equal. 212-1.5.5 ROOT BARRIERS AND TRUNK GUARDS: Root barriers shall be Deep Root UB -24-2, trunk guards shall be AG9-4+, as supplied by Deep Root Partners. Telephone: (800) 766-8835 212-1.5.6 EROSION CONTROL MATTING: Erosion control matting for use in hydro - seeded swales shall be C350 Composite Turf Reinforced Mat (C-TRM) as supplied by Pacific Soil Stabilization. Telephone: (800) 473-1965 212-2 IRRIGATION SYSTEM MATERIALS 212-2.1 PIPE AND FITTINGS 212-2.1.3 PLASTIC PIPE FOR USE WITH SOLVENT WELDED SOCKET OR THREADED FITTINGS: Replace this section with the following: The Contractor shall chalk the mainline prior to the start of trenching and call the Engineer and Landscape Architect for approval. A. PVC Pressure Main Line Pipe and Fittings: 1. Pressure main line piping one and 1 '/z -inch and smaller shall be PVC Schedule 40 with solvent welded joints manufactured by Pacific Plastics, Inc. SP 33 OF 168 2. Pressure main line piping two (2) inch and larger shall be PVC Class 315 with solvent welded joints manufactured by Pacific Plastics, Inc. 3. Pipe shall be made from NSF approved Type 1, Grade 1 PVC conforming to ASTM Resin Specification 1785. All pipe(s) must meet requirements as set forth in Federal Specifications PS -21-70 (Solvent -Weld Pipe). 4. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. 5. All PVC pipe for use with reclaimed water must bear the following markings: a. Manufacturer's name b. Nominal pipe size c. Schedule or class d. Pressure rating in P.S.I. e. NSF (National Sanitation Foundation) approval f. Date of extrusion g. Reclaimed water warning in English and Spanish 6. All 2 -1/2 -inch and smaller pressurized mainline PVC solvent weld fittings shall be Spears Schedule 80, 1-2, 11-1 NSF approved conforming to ASTM test procedure D 2467. All fittings shall bear the manufacturer's name or trademark, material designation size, applicable P.S.I. schedule and NSF Seal of Approval. 7. All PVC pipe must be purple in color for reclaimed water. 8. Threaded nipples shall be Schedule 80 with molded nipples. B. PVC Non -Pressure Lateral Line Piping: 1. Non -pressure buried lateral line piping shall be PVC Schedule 40 with solvent welded joints manufactured by Pacific Plastics, Inc. 2. PVC Schedule 40 pipe shall be made from NSF approved Type 1, Grade 1 PVC compound conforming to ASTM Resin Specification 1785. All pipe(s) must meet requirements as set forth in Federal Specification PS -21-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraphs 1 and 2, all requirements for non -pressure lateral line pipe and fittings shall be the same as for solvent -weld pressure main line pipe and fittings as set forth in Section 2.01-B (above). 4. All PVC fitting for non -pressure lateral lines shall be Schedule 40 manufactured by Spears. C. Ultra -violet resistant plastic pipe (solvent weld). Pipe shall meet manufacturer's tolerance specified, in addition to commercial standards. All pipe(s) shall be NSF approved. 1. Specified lateral on slopes shall be a UVR-PVC on grade, Schedule 40, PVC pipe to be manufactured by Pacific Plastic, Inc. 2. The pipe shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions or other defects. SP 34 OF 168 3. Pipe shall be continuously and permanently marked with manufacturer's name, material designation UVR-PVC 2116, Schedule NSF and manufacturing code approval. 4. UVR PVC fittings shall be Schedule 40 PVC 2116, Type I, Grade I, manufactured by Spears. 212-2.1.4 PLASTIC PIPE FOR USE WITH RUBBER RING GASKETS: Replace this section with the following: A. Plastic pipe for use with rubber ring gaskets shall be rigid un -plasticized polyvinyl chloride PVC 1120 (Type 1, Grade 1), manufactured in accordance with ASTM D 2241. Plastic pipe marked with product standard PS 22-70 conforms to ASTM requirements. Pipe shall be supplied with rubber ring groove. Couplings for plain end pipe shall be of the single rubber ring type with solvent weld socket on one end or shall be of the double ring type, manufactured by Pacific Plastics, Inc. B. Rubber ring gaskets shall be of a synthetic rubber supplied in accordance with the requirements of ASTM D 1869. C. Pipe shall be furnished in the following Standard Dimension Rations (SDR) and Pressure Ratings: 1380 kPa (200 psi) SDR 21 D. Gasket -End Pressure Supply Line and Fittings: 1. Lay pipe and make pipe to fitting or pipe to pipe joints following OR70 recommendations (Johns -Manville Guide for Installation of Ring-Tite Pipe), or pipe manufacturer's recommendations. 2. Pipe shall be snaked from side-to-side of trench bottom to allow for expansion and contractions. 3. All changes of direction over 15 degrees shall be made with fittings. 4. For thrust blocking use and refer to Leemco joint restraint system. See manufacturer's recommendations for installation. 5. When pipe laying is not in progress and at the end of each working day, close pipe ends with tight plug or cab. 6. Install pressure supply line locating tape along the entire length of pressure supply line to identify pressurized reclaimed irrigation mainline. 7. Center load pipe with small amount of backfill to prevent arching and slipping under pressure. Leave joints exposed for inspection during testing. 8. Coordinate pressure supply line with sand bedding operations. 9. No water shall be permitted in the pipe until inspections have been completed and a period of at least 24 -hours has elapsed for solvent weld setting and curing to have occurred. 10. All fittings shall be deep bell, manufactured of ductile iron, Grade 65-45-12 in accordance with ASTM A-536. Reducers and plugs shall be made available with four lugs to accommodate joint restraints in any orientation. Fittings in joint restraints shall be manufactured by Leemco, Inc., Corona, CA. 212-2.1.7 WARNING TAPE FOR POTABLE WATER SYSTEMS SP 35 OF 168 A. Warning tapes shall be used on all constant pressure main line piping carrying potable water. Blue labeled pipe permitted on potable water. B. Warning tapes shall be a minimum of three (3) inches wide and shall run continuously for the entire length of all constant pressure mainline piping. The tape shall be attached to the top of the pipe with plastic tape banded around the tape and pipe every five (5) feet on -center. C. Warning tape for constant pressure potable water piping shall be blue in color with the words "CAUTION BURIED WATER LINE BELOW" imprinted in minimum one (1) inch high letters black in color. 212-2.2 VALVES AND VALVE BOXES 212-2.2.1. GENERAL: Replace this section with the following: A. Valves shall be of the size, type and capacity designated on the plans or in the specifications and shall comply with the requirements specified herein. B. All valves except garden valves shall be capable of satisfactory performance at a working pressure of 1380 kPa (200 psi). Valves shall be designed to permit disassembly to replace sealing components without removal of the valve body from the pipeline. 212-2.2.2 GATE VALVES: Replace this section with the following: A. Gate valves in sizes 63mm (2 -'/z -inches) and larger shall be NIBCO F-619 gate valve, iron body, brass trimmed with bronze double disc wedge type with integral taper seats and non -rising stem. Gate valves shall have a clear waterway equal to full nominal diameter of valve; rubber gasket or mechanical joint type only. Valve shall be able to withstand a continuous working pressure of 150 psi and be equipped with a square operating nut. 212-2.2.4 REMOTE CONTROL VALVES: Replace this section with the following: Revise this section to read "Electric remote control valve" shall be as specified on drawings in conformance with the following: A. The valve must have an automatic mechanical self-cleaning internal control system and must be slow closing to ensure smooth and shock free operation. B. The electric control valve shall be of bronze or red brass construction, equipped with a corrosion proof solenoid constructed of stainless steel and molded in epoxy resin to form one integral unit which is suitable for 24 volt operation. SP 36 OF 168 C. The electric control valve shall be internal diaphragm and disassembly guided by a stainless steel stem in all positions. D. All electric control valves shall be equipped with a control stem capable of reducing a higher inlet flow to a constant lower flow regardless of supply fluctuations. E. All electric control valves shall be serviceable from the top without removing the valve body from system. F. All electric control valves shall have the capability of manual operation and pressure regulation. G. All valves shall be Christy's reclaimed I.D. tag model #ID -MAX -X2 installed on the valve control and common wire. The tag shall have the controller and valve number on one side and reclaimed water warning on the other side. 212-2.2.6 QUICK COUPLER VALVES: Revise this section to read "Quick coupling valves installed shall have a one-piece brass body designed for working pressures of 125 psi., and shall be operable with a quick coupler key with ACME type threads. Valve shall have a purple rubber locking top. Quick coupling valves shall be Nelson 7645." 212-2.2.7 VALVE BOXES: Revise this section to read "Valve boxes" shall be as specified on drawings or approved equal in conformance with the following: A. Use green round plastic valve box with locking lid marked "Irrigation" for all spare wire, pull box, and quick coupler valves. Use A.E.P. #910L-1G2G with stainless steel bolt, branded "SWPB" or "QCV" as appropriate in two (2) inch letter. B. Use green rectangular plastic valve box with green plastic cover marked "Irrigation Control Valve" for all electric control valves, ball valves and gate valves. Use A.E.P. #1015-1G2G with stainless steel bolt, branded with the station number for RCV, BV, GV, and IRR. COM. for communication cable in two (2) inch high letters/numbers. C. Valve boxes shall have a warning tag on the top of lid that displays reclaimed water warning in English and Spanish. The warning tag shall be manufactured by Applied Engineering Products, Model #999 and shall be purple in color D. Valve boxes shall be fabricated from a durable plastic material resistant to weather, sunlight and chemical action of soils. They shall be green in color. The cover shall be capable of sustaining a load of 1,500 psi. Valve box extensions shall be by the same manufacturer as the valve box. All valve boxes shall be as manufactured by Applied Engineering Products, or an approved equal. 1. Install valve boxes with each type of irrigation equipment so that of valve box is above finish grade as specified on the detail drawings. Valve box SP 37 OF 168 extensions are not acceptable except for master valves and manual drain valves. 2. Place gravel sump below and around each valve box prior to installing valve box as specified on the drawings. Place remaining portion of gravel inside valve box allowing full access in and around all fittings. Valve box shall be fully supported by gravel sump. No brick or wood supports are allowed. 3. Walk through for substantial completion will not be allowed until all branding is complete. 212-2.2.8 BALL VALVES: Replace this section with the following: Ball valves shall be as specified on drawings or approved equal in conformance with the following: A. Ball valves two (2) inches and smaller, shall be 125 lbs. SWP shall be a bronze body, stainless steel ball and stem. Ball Valves shall have threaded connections. B. Ball valves two (2) inches and larger shall be Nibco T-580 or approved equal. C. All ball valves shall be installed per the project details. 212-2.2.9 CHECK VALVES: Check valves shall be as specified on drawings or approved equal in conformance with the following: 212-2.2.10 MASTER VALVE: Master Valves: Griswold master valve, normally open, see irrigation legend for the model number and type, sized as specified on drawings. 212.2.2.11 FLOW SENSOR: Flow Sensors: As specified on drawings. Install per manufacturer's recommendation and per the irrigation detail. 212-2.3 BACKFLOW PREVENTER ASSEMBLY 212-2.3.1 BASKET STRAINER ASSEMBLY A. Basket strainer shall be a Watts with flanged cast stainless steel body, tee handle and 80 mesh (or greater) stainless steel screen. B. The flanged assembly shall be bolted together using stainless steel nuts and bolts. 212-2.4 SPRINKLER EQUIPMENT: Replace this section with the following: A. Sprinkler heads, bubbler heads and spray nozzles shall be of the types and sizes shown on the plans. Equipment of one type and flow characteristic shall be from the same manufacturer and all equipment shall bear the manufacturer's name and identification code in a position where they can be identified in the installed position. SP 38 OF 168 B. Fixed head sprinklers shall have a one-piece housing with provision for interior parts replacement. Pop-up sprinklers shall be designated to rise at least one (1) inch during operation. C. Shrub and bubbler, turf spray heads shall be adjustable from full flow to shutoff. D. All sprinkler heads shall be of the same size, type and deliver the same rate of precipitation with the diameter (or radius) of the throw, pressure and discharge as shown on the plans and/or specified in these special provisions. E. Equipment of one type and flow characteristic shall be from the same manufacturer and all equipment shall bear the manufacturer's name and identification code in a position where they can be identified in the installed position. F. Rotary heads shall be impact -type drive rotary, pop-up type and designed with an integral check valve for control of line drainage. The sprinkler shall be capable of delivering radius and gallonage indicated on drawings. Retraction shall be accomplished by means of a heavy duty stainless steel spring. The sprinkler shall have a riser seal and wiper, G. Pop-up spray heads shall be constructed of impact -resistant Cycolac material. Heads shall be retracted by means of a stainless steel retraction spring and shall have a combination piston/wiper seal. All heads shall be a minimum six (6) inch POP-UP. H. Pop-up sprinklers shall rise at least to minimum operative height per manufacturer's specifications during operation. Full or part circle sprinklers, rotors shall be interchangeable in the same body housing. J. Sprinkler turf and shrub spray heads for small turf and ground cover areas shall Toro 570Z COM series. Plastic nozzles shall be used in turf areas. K. Sprinkler heads for large turf and ground cover areas shall be gear driven rotary type pop-up. The body shall be constructed with 3/4 -inch or one (1) inch N.P.T. bottom inlet. Sprinkler nozzle shall pop up a minimum of three (3) inches with positive spring retraction. Sprinkler heads shall be Toro 2001 series (Institutional Series only). L. Stream spray pop-up rotor type sprinkler heads shall be Toro 340 series or XP 300 series (see plans for locations). In turf areas sprinkler heads shall have a protective rubber cover. M. Angled nipples on swing joints below spray heads and rotors shall not exceed 450 nor be less than 100. SP 39 OF 168 N. After installation adjust nozzle sizes, arcs and radius of throw to allow head to head uniform distribution. Adjust all spray heads and rotors to correct height above sod as detailed. No over spray will be allowed on paving, hardscape, sidewalks and paths. O. Adjust adjacent plant material so that it does not interfere with uniform distribution of each spray head or rotor. P. Landscape Architect may request nozzle changes and/or adjustments without additional cost to the Engineer. Q. All Toro 2001, 340 and XP 300 series rotors shall be installed with Spears Schedule 80 swing joint assemblies per the irrigation detail. 212-3 ELECTRICAL MATERIALS 212-3.1 GENERAL: The Contractor shall furnish and install all electrical equipment and materials required for a complete electrical system. All equipment and materials shall comply with the requirements of the governing code and the serving utility and shall be approved and identified by Underwriters Laboratories, Inc. (UL). 212-3.2 CONDUIT AND CONDUCTORS 212-3.2.1 CONDUIT: Replace this section as follows: A. Conduit and conduit fittings shall be galvanized by the hot -dip, electro - depositing, or metallizing process in accordance with subsection 210-3 of the Standard Specifications for Public Works Construction 1988 Edition. Galvanized conduit shall conform to standards for rigid steel conduit as specified by Underwriters Laboratories, Inc., and shall bear the underwriter's label on each length. B. Conduit shall be of the size indicated on the plans. It shall be the option of the Contractor to use larger conduit than that specified, provided that where such substitution is made, it shall be for the length of the conduit run. No reducing fittings will be permitted. C. The ends of the conduit shall be free of burrs and rough edges. D. The maximum bend of a conduit shall be 90 degrees and the minimum radius of a bend shall be not less than six (6) times the inside diameter of the conduit. E. All threads shall be treated with approved joint compound before fittings are placed thereon. Where the galvanized coating of conduit or fittings has been injured in handling or installing, such damaged areas shall be thoroughly painted with a zinc rich liquid galvanizing compound. F. Ends of conduit shall be properly coupled. Running threads, threadless connectors or threadless couplings will not be permitted. 212-3.2.2 CONDUCTORS: Replace this section with the following: A. Line voltage conductors shall be supplied in the sizes and types shown on the plans and shall be THW or THWN, 600 -volt insulation rating, conforming to the applicable provisions of ASTM D 2219 and D 2220. B. Control System Interconnect Conductors 1. All irrigation interconnect conductors shall be pulled by hand. 2. A total of two (2) feet of slack shall be left at each field satellite unit and within each pull box. Sufficient slack shall be left to allow the wire to extend 18 -inches above the top of the pull box grade. 3. Small, permanent, identification bands shall be marked "irrigation interconnect' or as specified and securely attached to irrigation interconnect wires in each pull box near the termination of each wire. Permanent identification bands shall be embossed 6 -mil oil -resistant PVC tape with pressure sensitive backing. 4. The irrigation interconnect wire shall be continuous from satellite to satellite. All splices shall occur within the satellite enclosure unless specifically authorized by the Landscape Architect. All splices shall be made using approved connectors only. All splices shall be capable of satisfactory operation under continuous submersion in water. C. Control wires shall be direct burial, Type UF, 600 volt, AWG OF UL copper wire. See irrigation plans for wire size for each controller. Control wires shall be a different color for each automatic controller. Common wires shall be white with a different color stripe for each automatic controller. 1. Connections shall be epoxy -sealed packet type connectors. They shall be a Pentite Splice Wire connector sealing packs or approved equal. Use one (1) Pentite splice wire connector per each connection. 2. Install three (3) spare control wires that shall be blue in color from the controller to the end of the pipe run. Spare common wire shall be white in color. 3. Master control wires shall be green in color. 4. Control wires for moisture sensing stations shall be orange in color. 5. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. Minimum 24 - inches below finish grade. 6. Where two (2) wires or more are placed in a trench, the wiring shall be taped together with nylon zip ties at intervals of ten (10) feet. 7. An expansion curl shall be provided within three (3) feet of each wire connection and at each change of direction of a wire run. Expansion curls shall be formed by wrapping at least five (5) turns of wire around a one (1) inch diameter pipe, then withdrawing the pipe. SP 41 OF 168 8. When the control wiring or tubing cannot be installed in a pipe trench, it shall be installed a minimum of 18 -inches below finish grade and a bright colored plastic ribbon with "Irrigation Wiring Buried Below" spelled out on it shall be installed in the trench six (6) inches below grade directly over the wire or tubing. 212-3.3 CONTROLLER UNIT: Replace this section with the following: A. Automatic Controllers shall be as specified on drawings and consist of a 120 volt single-phase, electric clock unit and shall be capable of being operated manually. B. The automatic controller shall have the minimum number of stations as indicated on the drawings and shall feature automatic, semi-automatic or manual operation. C. Each station shall have variable timing from two (2) to 60 -minutes and shall be equipped with on-off position to eliminate operation from any of the watering schedules. D. All controllers that are wall mounted within the restroom building shall be mounted on a heavy duty stainless steel wall mounted back board with stainless hardware manufactured by Hydro-Scape Products. E. All top mounted controller assembly shall be mounted in a top mount heavy duty stainless steel, weather tight, lockable Hydro-Scape Product enclosure with stainless steel piano hinges. F. Each station shall have a repeat switch allowing selected schedules to be repeated after completion of the initial watering schedule. G. All controller components shall be fused and have a chassis ground. H. All controllers shall be equipped with a four (4) x four (4) inch electrical junction box. With an on/off G.F.I. switch and a grounded duplex receptacle mounted inside the enclosure. 212-3.4 CENTRAL CONTROL SYSTEM A. All materials furnished and installed shall be new and shall conform to the manufacturer's recommendations. B. The Contractor shall organize and conduct a pre -construction system familiarization meeting with Irrigation Control Systems and Services, Landscape Architect, and/or Irrigation Consultant. C. All materials except interconnect conductors shall have a five (5) year limited warranty. The Contractor shall submit proof of warranty to the Engineer prior to the start of the maintenance period. It is the Contractor's responsibility to obtain SP 42 OF 168 the necessary warranty inspections from the equipment supplier. No installation will be accepted without proof of warranty. D. All new computerized irrigation control system components shown on the plans shall be fully operational at acceptance. All new controller assembly components shown on plans shall be fully operational at the beginning of plant establishment period. E. All incidental parts which are not shown on the plans or specified herein and are necessary to complete the system shall be furnished and installed as though such parts were shown on plans or specified. All systems shall be in satisfactory operation at the time of completion. F. Any existing control/interconnect system shall be maintained in effective operation by the Contractor for the duration of the work. The Contractor shall notify the Landscape Architect 48 -hours prior to performing any work on an existing system. G. The Contractor shall coordinate with the telephone company for connections to the service and/or installation of conduits, telephone conductors. Jacks, and modems at the locations shown on the drawings. Minor changes caused by actual site conditions shall be made at no cost to the City. All changes to the plans shall be first approved in writing by the Landscape Architect. 212-4 LANDSCAPE DRAINAGE SYSTEM MATERIALS 212-4.1 GENERAL 212-4.1.1 PIPES AND FITTINGS: Pipes and fittings shall be as appear on the plans and conform to the following: A. PVC Subsurface Drain Pipe: Perforated PVC pipe conforming to Subsection 207-17 of the Standard Specifications. B. Polyvinyl Chloride: 1. Type: ASTM D3034, SDR -35, solid and perforated, belled end, solvent weld. 2. Manufacturer: Johns -Manville Corporation, San Mateo, CA 94403. Telephone: (415) 349-9500 or accepted equal. 3. Fittings Manufacturer: Dura Plastic Products Inc. of Beaumont, CA 92223. Telephone: (714) 845-3161. Fax: (714) 845-7644, or approved equal. 1. Type: ASTM 2751, SDR -35, solid and perforated. 2. Joints: Belled ends, plain end with couplings; elastomeric with gaskets. SP 43 OF 168 3. Manufacturer: Plastic Services and Products, Inc., Sun Valley, California 91352. Telephone: (818) 896-1101. 212-4.1.2 CLEANOUTS: Cleanouts shall be as appear on the plans and conform to the following: A. Planted Areas: 1. Type: PVC plug (MIPT) Schedule 80; 4 inch. 2. Manufacturer: Lesco, Inc., Rocky River, Ohio, Telephone: (216) 333-9250. 212-4.1.3 LARGE AREA DRAINS: Large area drains shall be as appear on the plans and conform to the following: ii_1r�1i 1. Type: Brooks catch basin, size per plan, with galvanized grate 2. Finish: Natural Concrete 3. Manufacturer: Brooks Products, Inc., EI Monte, California. Telephone: (818) 283-0637 or accepted equal. B. Shrub Areas (Custom Gratings): 1. Type: Brooks catch basin, size per plan, with galvanized grate 2. Finish: Natural Concrete 3. Manufacturer: Brooks Products, Inc., EI Monte, California. Telephone: (818) 283-0637 or accepted equal. 212-4.1.4 SMALL AREA DRAINS: Small area drains shall be as appear on the plans and conform to the following: A. Shrub Areas: 1. Type: NDS atrium grate, size per plan 3. Manufacturer: NDS, Inc., Lindsay, California, Telephone: (800) 726-1998 or accepted equal. 212-4.1.5 SAND BACKFILL: Fine granular material naturally produced by the disintegration of rock, sufficiently free of organic material, mica, loam, clay and other deleterious substances to be thoroughly suitable for pipe bedding in conformance with Subsection 306-1.2.1. S.E. > 30 Minimum. 212-4.1.6 SUB -DRAINAGE MATERIALS A. Filter Fabric: "Mirafi 500X", as manufactured by Mirafi, Inc. of Charlotte, NC 28224. Telephone: (1-800) 438-1855. B. Drainage Stone: %-inch to %-inch washed stone. Crushed stone is not acceptable. SP 44 OF 168 212-5 SITE FURNISHINGS PAlr�.IRKAA►1AI T.AlI 212-5.1.1 SITE FURNISHINGS: Site furnishings shall be as shown on the plans. PART 3 CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 REMOVAL AND DISPOSAL OF MATERIALS Add to this Section: 'Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List." 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 for Public Works Construction 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. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of three (3) feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items." 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." Replace the words " 1 '/z inch" of the last sentence with the words "two (2) inches". SP 45 OF 168 Add the following Section 301.5 Solid Waste Diversion 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. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. 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 and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention." /a.]a]IHffl0/_1�9=x01NO0a:60A6-915C016�ri>Iyx"111[C►991110e:f_1:49MMRT IVF1 PART 1 - GENERAL 1.01 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: Fill and backfill Excavation Removal of excess and unacceptable sub -base material Compaction Rough grading Soil sterilants Irrigation sleeves C. Related Work in Other Sections Utilities - Section 5 Masonry Construction - Subsection 303-4 Concrete Curbs and Walks Intersections - Subsection 303-5 Earthwork and Topsoil Placement - Subsection 308-2 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. B. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: SP 46 OF 168 • "Standard Specifications" - Standard Specifications for Public Works Construction (Green Book), 1997 Edition • "ASTM" - American Society for Testing and Materials. • "DIS" - Division of Industrial Safety. C. Percent Compaction: ASTM Test Method D 1557 maximum dry density. D. Field Density Tests: Intervals not exceeding two (2) feet fill height with compaction tests made by Soils Engineer. E. Testing Agency and Soils Engineer: Selected and paid for by Owner. 1.03 SOILS REPORT A. Description: Geotechnical Report 1. Title: (1) Final Geotechnical Report 2. Date: August 19, 2009 3. Prepared by: Leighton Consulting, Inc. 1. Title: (1) Geotechnical Memo for Verdura Wall 2. Date: January 30, 2013 3. Prepared by: Leighton Consulting, Inc. B. Availability: This report can be downloaded at the following website www.sendmouse.com, C-3449 SRP Geotechnical Report, and is incorporated into these Special Provisions. Click on the "City of Newport Beach Bids" at the very bottom of the home page to access the "C-3449 Sunset Ridge Park" project folder. C. Conformance: Unless otherwise specified, all excavating, backfilling and compacting shall be performed in accordance with the provisions of this report and the Standard Specifications, Section 300. D. Soils Borings: Subsurface soils investigations have been made at the site and logs of the test holes are available with the Soils Report. E. Use of the Data: Subsurface soils investigations have been made for purposes of design only and neither the Landscape Architect nor the Soils Engineer guarantee adequacy or accuracy of the data, or that data is representative of all conditions to be encountered. F. Responsibility: Data is for general information only and does not relieve the contractor of the responsibility for verification or making his own investigation. 1.04 JOB CONDITIONS A. Protection of Existing Plants to Remain: See - "Site Demolition" of these Special Provisions and Subsections 7-9 and 300-1.1 of the Standard Specifications. SP 47 OF 168 B. Protection and Maintenance of Existing Improvements: See - "Site Demolition" of these Special Provisions and Subsections 7-9 and 300-1.2 of the Standard Specifications. 1.05 LAYOUT AND SURVEY A. Licensed Surveyor or Civil Engineer. Employ a licensed surveyor or civil engineer to stake out lines and levels and certify elevation and horizontal alignment to the City Engineer. B. Discrepancies: City Engineer reserves the right to make minor adjustments as necessary and if discrepancies are found. 1.06 SITE MAINTENANCE A. Standing Water. 1. Keep site free of standing water at all times in conformance with Subsection 7-8.7 of the Standard Specifications. Provide and maintain grading or pumping as necessary to prevent erosion, softening of compacted surfaces and formation of mud in trenches and excavation. 2. Run all surface or subsurface seepage encountered to temporary sumps located where required or directed. From the sumps, pump water out and legally dispose of in a manner that will keep the entire site in workable condition at all times. B. Dust: Assume full responsibility for all alleviation or prevention of dust nuisance as a result of the work on the site in conformance with Subsection 7-8.1 of the Standard Specifications. PART 2 -PRODUCTS 2.01 FILLS A. General: 1. All fill material shall be approved by the Soils Engineer in conformance with Subsection 300-4.1 of the Standard Specifications. 2. Excavated materials from the site may be used if approved by Soils Engineer in conformance with Subsection 300-2.7 of the Standard Specifications. B. Imported Fill: 1. Non -expansive and free from organic matter, deleterious substances, and not containing materials over two (2) inches in greatest dimension. 2. Do not use material having a dimension greater than two (2) inches in the upper six (6) inches of fill. SP 48 OF 168 C. Backfill Material Behind Retaining Walls: Granular material consisting of sand, or a mixture of sand and gravel containing no sizes larger than 2-1/2- inch and not more than 15% passing the #200 sieve. 2.02 AGGREGATE BASE FOR ON -GRADE SLABS: A. Material: Gravel, free of vegetable matter, loam, and deleterious matter and conforming to Subsection 200-1 of the Standard Specifications B. As approved: by the Soils Engineer. OR C. Physical Characteristics: Sieve Size Percent Passing Sieve 1 -inch 90-100 %-inch 30-60 '/z -inch 0-20 #4 0-5 2.03 SOIL STERILANT A. Oxycil Ureabor as manufactured by Best Products Division, Occidental Chemical Company, Lathrop, CA, or accepted equal. 2.04 IRRIGATION SLEEVES AND CONDUITS A. Sleeves for Main and Lateral Pipe: PVC 1120-1220 Schedule 40, minimum two (2) sizes larger than pipe enclosed. B. Conduit for Wiring: PVC 1120-1220 Schedule 40, two (2) inch diameter. PART 3 - EXECUTION 3.01 EXCAVATION A. General 1. Excavate and remove all surplus materials off the site, to dimensions and elevations indicated on Drawings in conformance with Subsection 300-2.2.1 of the Standard Specifications. Owner will not pay for excavations carried below indicated grades without City Engineer's written authorization. 2. All material to be excavated shall be unclassified and shall include earth fills, gravels, and other materials encountered in excavating and grading operations. 3. If grading or backfilling is suspended, disturbed areas shall be brought to required grade and immediately seeded and mulched. B. Earth Forms: Concrete may be poured against vertical excavated surfaces provided the material will stand without caving, and provided that minimum reinforcing steel clearances indicated on Drawings are SP 49 OF 168 maintained and suitable provisions are taken to prevent raveling of top edges, and in conformance with Subsection 303-1.2. C. Wood Forms: Excavation for formed concrete shall be of sufficient width to allow for convenient construction and removal of forms and in conformance with Subsection 303-1.3 of the Standard Specifications. Pour excavated width of concrete section as shown on Drawings. D. Below -grade Walls: Coordinate and allow for application of drainage materials as specified under - "Landscape Drainage" of these Special Provisions. E. On -grade Slabs: Verify proposed finish paving to allow for fills and aggregate base, all as indicated and required and in conformance with Subsections 301-1 and 303-1 of the Standard Specifications. F. Expansive Soils: 1. Maintain excavations in a moist condition where expansive sub - grade soils occur beneath foundations and on -grade slabs. 2. Do not allow soil to dry out and crack prior to covering with subsequent construction. 3. Slowly and uniformly moisten soils as required to close all shrinkage cracks and to minimize expansion of soil subsequent to construction. G. Planting Areas: Where necessary, excavate to allow for the placement of topsoil as required under - "Soil Preparation" of these Special Provisions. 3.02 EXCESS EXCAVATED MATERIAL A. Unsuitable Material: Dispose of off the site, all materials determined unsuitable for use as fills or topsoil in conformance with Subsection 300- 2.2.1 of the Standard Specifications, unless otherwise directed by City Engineer. B. Over -Excavation: Where authorized excavations are made below indicated elevations under slabs, restore to proper elevations as specified for compacted backfilling. If under footings, increase wall or footing depth as directed. 3.03 PLACEMENT OF FILLS A. Supervision: Place all structural fills under the supervision of the Soils Engineer in conformance with Subsection 300-3.5 of the Standard Specifications. B. Surface Preparation: 1. Scarify to depth of eight (8) inch all areas to receive fills and all areas to be paved. Moisture condition per Geotechnical Engineer's recommendation to obtain the required compaction. 2. Where slopes exceed one (1) vertical to four (4) horizontal, plow, step or bench sub -grade in such a manner that fills will bond with base material. SP 50 OF 168 C. Spreading: 1. Spread fill material in uniform lifts of not more than eight (8) inches in un -compacted thickness. 2. Bring all fills to suitable elevations above grade to provide for anticipated settlement and shrinkage thereof. 3. Prior to commencing compaction, bring water content to a level that will permit proper compaction by either aerating the material if it is too wet, or spraying the material with water if it is too dry. 4. Thoroughly mix each lift before compaction to assure uniform distribution of water content. A. Precaution: Do not drop fill on any structure. Do not place backfill around, against, or upon any concrete or masonry structure until structure has attained sufficient strength to withstand the existing loads imposed. 3.04 EXISTING UTILITIES A. Notification: Where unmarked utility lines or other underground obstructions or piping may be covered within the work area, notify the City Engineer or the agencies or service utility companies have jurisdiction thereof, and take necessary measures to prevent interruption of service (if live) in conformance with Subsections 5-1 and 5-2 of the Standard Specifications. B. Damage or Interruption: Should such lines or services be damaged, broken or interrupted through the Contractor's own negligence immediately repair and restore in conformance with Subsection 5-2, at no expense to the Owner. C. Abandoned Improvements 1. Remove, plug or cap abandoned lines, meters and boxes, obstructions or piping, in conformance with Subsection 5-3 of the Standard Specifications, or as directed by the City Engineer. 2. Coordinate all such work with applicable mechanical or electrical trade having responsibility. 3. Remove all abandoned utility lines, pipes, conduits, etc., to a point five (5) feet outside new building lines or at the property lines if closer. 3.05 IRRIGATION SLEEVES AND CONDUIT A. Coordinate: with other trades. B. Locations: under pavements, through walls and extend 12 -inches beyond construction, with plug at both ends. C. Depth: Mains and wiring at 24 -inches, laterals at 12 -inches in conformance with Subsection 308-2.2 of the Standard Specifications. D. Drawings: SP 51 OF 168 1. Refer to electrical and irrigation drawing for location. 2. Accurately record installed locations on electrical and irrigation "record" drawing. 3.06 COMPACTION A. Extent: Compact all areas to receive fills and all areas to be paved in conformance with Subsections 300-3.5, 301-1 and 306-1.3 of the Standard Specifications, as specifically required. Extend compaction to not less than five (5) feet beyond building lines and pavement edges (including shoulders). (Compaction shall not be less than the areas shown on the drawings.) B. Density 1. Compact each layer of fill and scarify sub -grade for all pavement areas to not less than 95% maximum density. 2. Refer to "Landscape Grading" of these Special Provisions for compaction of landscaped areas. 3. Non-structural areas may be compacted to 85% maximum density upon prior approval of City Engineer. C. Equipment: Use compaction equipment consisting of compacting roller, pneumatic or vibratory compactors, or other equipment and methods in conformance with Subsection 306-1.3.2 of the Standard Specifications and approved by the Soils Engineer. 3.07 ROUGH GRADING A. Locations: All areas affected by excavated, filled and transitions. B. Tolerance: 0.02 ft. from Grades required for sub -grade, smooth and compacted and in conformance with Subsection 301-1.4 of the Standard Specifications. C. Existing Utility Structures: Raise or lower as required by new grades. 3.08 SOIL STERILIZATION A. Locations: Apply soil sterilants to prepared sub -grade of proposed pavements and prior to installation of all sand or aggregate bases. B. Rate: Apply sterilant uniformly at the rate recommended by the manufacturer to all areas beneath on -grade concrete slabs including beneath sidewalks. C. Similarly treat all on -grade slabs which abut principal building slabs for a distance not less than three (3) feet from the building. SP 52 OF 168 D. In addition to ground areas treated, apply sterilant below expansion or control joints, and at all areas where pipe, ducts or other features penetrate slabs. 3.09 SPREADING OF TOPSOIL/FINISH GRADING OF PLANTED AREAS: See - "Landscape Grading" of these Special Provisions 3.10 TESTING A. All excavation, filling and compaction shall be performed under the direct supervision and control of the Soils Engineer. B. Density: 1. Standards: Where fill, backfill, or in-place materials are required to be compacted to a specified density, conform to the maximum density for control specified by ASTM D1557 method. The results of these tests shall be the basis upon which satisfactory completion of work will be judged. 2. Unacceptable Installations: Any area or portion thereof that does not meet minimum density requirements shall be reworked and re compacted until it meets the project density requirements. Retest reworked areas as specified herein. C. Fees for Additional Testing: Fees for all additional testing made necessary by inadequate compaction, replacement of unacceptable material, or other work not complying with the Drawings, Specifications and Special Provisions, will be deducted from the contract price. 3.11 CLEAN-UP A. Keep all areas of work clean, neat and orderly at all times in conformance with Subsection 7-8 of the Standard Specifications. B. Upon completion of work, remove off the site all surplus materials, tools, equipment, rubbish and debris resulting from the work in conformance with Subsection 7-8 of the Standard Specifications. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.6 CURING: Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201-1.1-2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION SP 53 OF 168 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 REQUIREMENTS 303-5.1.1 GENERAL: Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 -hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.5 FINISHING 303-5.5.1 GENERAL: Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 CURB: Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 GUTTER: Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." ADDITIONAL SPECIAL PROVISIONS TO SECTION 303 - TESTING, INSPECTION, LABORATORY SERVICES PART 1 -GENERAL 1.01 SUMMARY A. The City of Newport Beach will select and retain the services of a testing agency with assigned inspector and others responsible for testing and inspection of the work, coordinating the work and materials as specified to be furnished by the Contractor - all indicated in this section and/or elsewhere in the contract documents. B. Related Requirements: 1. The general provisions of the contract documents. 2. Testing requirement may be described in other section of this specification. SP 54 OF 168 3. Where no testing requirements are specified or required by reference standards or authorities having jurisdiction, the City of Newport Beach may require such testing to be performed under current pertinent standards for testing. Payment for such testing will be made as described herein. 1.02 QUALITY ASSURANCE A. The City of Newport Beach's selected independent laboratory will conduct testing services in accordance with ASTM E329. B. Selection of materials required to be tested shall be by the Architect/Engineer's representing the City of Newport Beach and not by the Contractor 1.03 CODES AND STANDARDS: Testing, when required, will be in accordance with pertinent requirements of the California Building Code, California Code of Regulations, Title 24 as part of the contract documents. Also, selected standards of the American Society for Testing and Materials or other organizations and agencies having published recognized codes, standards, or tests. 1.04 TESTS, INSPECTIONS A. The Contractor shall notify the City of Newport Beach's representative a sufficient time in advance of the manufacture of materials to be supplied by him under the Contract Documents, which must by terms of the Contract be tested, in order that the City of Newport Beach may arrange for the testing of same at the source of supply. B. Any material shipped by the Contractor from the source of supply prior to having satisfactorily passed such testing and inspection or prior to the receipt of notice from said representative that such testing and inspection will not be required shall not be incorporated in the job. C. The City of Newport Beach will select and pay testing laboratory costs approved by D.S.A. for all tests and inspections, but may be reimbursed by the Contractor for such costs under the Contract conditions. Iii Role= 1*1aV:lila& A. Promptly process and distribute required copies of test reports and related instructions to ensure necessary re -testing and/or replacement of materials with the least possible delay in progress of the work. B. One copy of all test reports shall be forwarded to the Division of the State Architect by the testing agency. Such reports shall include all tests made, regardless of whether such tests indicate that the material is satisfactory or unsatisfactory. Samples taken but not tested shall also be reported. SP 55 OF 168 Records of special sampling operations as required shall also be reported. The reports shall show that the material or materials were sampled and tested in accordance with the requirements of Title 24 and with the approved specifications. Test reports shall show the specified design strength. They shall also state definitely whether or not the material or materials tested comply with requirements. C. Each testing agency shall submit to the Division of the State Architect a verified report in duplicate covering all of the tests which are required to be made by that agency during the progress of the project. Such report shall be furnished each time that work on the project is suspended, covering the tests up to that time, and at the completion of the project, covering all tests. 1.06 PAYMENT FOR TESTING SERVICES A. Initial Services: 1. The City of Newport Beach will pay for initial testing and inspection except as specifically modified herein after or specified otherwise in technical sections, provided the results of inspection indicate compliance with the Contract Documents. 2. When tests indicate noncompliance with the Contract Documents, the costs of tests or inspection associated with that noncompliance or failure will be deducted by the City of Newport Beach from the Contract Sum. B. Retesting: When initial tests or inspection indicate noncompliance with the Contract Documents, subsequent re -testing or re -inspection occasioned but the noncompliance shall be performed by the same testing laboratory or Inspector and the costs thereof will be deducted by the City of Newport Beach from the Contract Sum until test or inspection results indicate compliance. C. Code Compliance Testing: Inspections and tests required by codes or ordinances, or by authorities having jurisdiction and made by a legally constituted authority, shall be the responsibility of and shall be paid for by the City of Newport Beach, but back -charged to the Contractor. D. Specified Inspections and Tests: Tests and inspections specified in the specifications, directly or by reference, shall be coordinated by the Contractor at his expense and paid for by the City of Newport Beach. Corrections of noncompliance and test failures, plus re -inspection and re- testing shall be performed by the Contractor at his expense. E. Contractor's Convenience Testing: Inspecting or testing performed exclusively for the Contractor's convenience shall be the sole responsibility of and at the expense of the Contractor. SP 56 OF 168 1.07 INSPECTION BY THE CITY OF NEWPORT BEACH A. The City of Newport Beach and his representative shall at all times have access for the purpose of inspection to all parts of the work and to the shops wherein the work is in preparation, and the Contractor shall at all times maintain proper facilities and provide safe access for such inspection. B. The City of Newport Beach shall have the right to reject materials and workmanship which are defective, or to require their correction. Rejected workmanship shall be satisfactorily corrected and rejected materials shall be removed from the premises without charge to the City of Newport Beach. If the Contractor does not correct such rejected work within a reasonable time, fixed by written notice, the City of Newport Beach may correct same and charge the expense to the Contractor. C. Should it be considered necessary or advisable by the City of Newport Beach at any time before final acceptance of the entire work to make an examination of work already completed by removing or tearing out the same, the Contractor shall on request promptly furnish all necessary facilities, labor and materials. If such work is found to be defective in any respect due to fault of the Contractor or his subcontractor, he shall defray all expenses of such examinations and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the contract, the additional cost of labor and material necessarily involved in the examination and replacement shall be allowed the Contractor. 1.08 CITY OF NEWPORT BEACH'S INSPECTOR (PROJECT INSPECTOR) A. An Inspector employed by the City of Newport Beach, approved by D.S.A., in accordance with the requirements of State of California Code or Regulations, 4-333, 4-337, 4-342 of Title 24, Part 1, assigned to the work as duties are specifically defined. B. The work of construction in all stages of progress shall be subject to the personal continuous observation of the Inspector. He shall have free access to any or all parts of the work at any time. The contractor shall furnish the Inspector reasonable facilities for obtaining such information as may be necessary to keep him fully informed respecting the progress and manner of the work and the character of the materials. Inspection of the work shall not relieve the Contractor from any obligation to fulfill this Contract. PART 2 - PRODUCTS (NOT APPLICABLE) SP 57 OF 168 PART 3 — EXECUTION 3.01 COOPERATION WITH TESTING LABORATORY AND INSPECTORS (SPECIAL INSPECTORS) A. Inspectors and representatives of the testing laboratory shall have access to the work at all times. Provide facilities for such access in order that the testing, inspection, and the obtaining of samples may be done properly. B. The Contractor shall notify the City of Newport Beach's representative a sufficient time in advance of the manufacture of material to be supplied by him under the contract documents, which must by terms of the contract be tested, in order that the City of Newport Beach may arrange for the testing of same at the source of supply. C. Any material shipped by the Contractor from the source of supply prior to having satisfactorily passed such testing and inspection or prior to the receipt of notice from said representative that such testing and inspection will not be required shall not be incorporated in the job. 3.02 TAKING SPECIMENS A. Specimens and samples for testing, unless otherwise provided in these contract documents, shall be taken by the testing laboratory or Inspector. Sampling equipment and personnel will be provided by the testing laboratory. Deliveries of specimens and samples to the testing laboratory will be performed by the testing laboratory. 3.03 SCHEDULES FOR TESTING A. Establishing Schedule: 1. By advance discussion with the testing laboratory selected by the City of Newport Beach, the Contractor shall determine the time required for the laboratory to perform its tests and to issue each of its findings. 2. Provide required time within the construction schedule. B. Revising Schedule: When changes of construction schedule are necessary during construction, coordinate such changes of schedule with the testing laboratory as required. C. Adherence to Schedule: When the testing laboratory is ready to test according to the determined schedules, but is prevented from testing or taking specimens due to incompleteness of the work, extra charges for testing attributable to the delay may be back -charged to the Contractor and will be deducted by the City of Newport Beach from the contract sum. SP 58 OF 168 3.04 REQUIRED TESTING Tests and inspections for the following will be required and shall conform to Title 24, Part 2, C.C.R 1991 Edition: A. Foundations (Chapter 29): 1. Earth Fill Compaction Sec. 2903 (a). B. Concrete (Chapter 26): 1. Materials: a. Portland Cement Test Sec. 2603 (b) 1, Sec. 2628 (a) b. Concrete Aggregates Sec. 2603 (b) 2 C. Reinforcing Bars Sec. 2628 (b), Sec. 2603 (b) 4 d. Batch Plant Inspection Sec. 2628 (d) 2. Concrete Quality: a. Proportions of Concrete, Sec. 2605 (b) (c) (d) b. Strength Tests of Concrete, Sec. 2605 (g) C. Splitting Tensile Tests Sec. 2603 (b) 6F 3. Concrete Inspection: a. Job Site Inspection, Sec. 2605 (h) 8 b. Batch Plant or Weighmaster Inspection, Sec. 2628 (d) C. Reinforcing Bar Welding Inspection, Sec. 2628 (1) C. Masonry (Chapter 24): 1. Materials: a. Masonry Units, Sec. 2402 (b) 4, 5, & 6 b. Portland Cement, Sec. 2402 (b) 2 C. Mortar & Grout Aggregates 2402 (b) 1, 2403 (c) (d) d. Reinforcing Bars, Sec. 2603 (b) 4, Sec. 2628 (b) 2. Masonry Quality. a. Portland Cement Tests, Sec. 2603 (b) 1, Sec.2628 (a) b. Mortar & Grout Tests, Sec. 2405 (c) 3b C. Masonry Core Tests, Sec. 2405 (c) d. Reinforcing Bar Tests, Sec. 2628 (b) 3. Masonry Inspection: a. Reinforced Masonry, Sec. 2416 (b) b. Reinforcing Bar Welding Inspection, Sec. 2628 (1) D. Structural Steel (Chapter 27): 1. Materials: SP 59 OF 168 a. Structural Steel, Cold Formed Steel, Sec. 2701 (a) b. Material Identification, Sec. 2701 (b) 2. Inspection of Structural Steel: a. Tests of Structural & Cold Formed Steel, Sec. 2712 (a) b. Tests of H.S. Bolts, Nuts, Washers, Sec. 2712 (b) C. Tests of End Welded Studs, Sec. 2712 (c) d. Shop Fabrication Inspection, Sec. 2712 (d) e. High Strength Bolt Inspection, Sec. 2712 (f) f. Welding Inspection, Sec. 2712 (e) E. Wood (Chapter 25): 1. Materials: a. Lumber and Plywood Grading - Sec 2501(a) 1, 4A, 2501(d), Western Lumber Grade Rules EFF 9-1-91 b. Glued -Laminated Members, Sec. 2501 (a) 2 2. Wood Inspection: a. Glued -Laminated Fabrication, Sec. 2518 (a) b. Plywood web joist fabrication F. Veneer: 1. Ceramic tile per Sec. 3005 (e) /_1.7.]111 0►IG1I.9,x01190,001TJ1.9101►611.39xlr[•LIll go] VI•Ill V24 PART 1 - GENERAL 1.01 SUMMARY A. Prepare sub -grade. B. Provide and secure formwork, ties, shoring, bracing, anchorage and block-outs. C. Related Requirements: The General Provisions of the Contract Documents. 1.02 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Reinforcing B. Site work SP 60 OF 168 C. Cast -in-place concrete 1.03 QUALITY ASSURANCE A. Construct and erect formwork in accordance with ACI 318 and 347. B. Design forms and false work to adequately support live and dead loads, including equipment, concrete drops, pressures of foundations, etc. 1.04 CODES AND STANDARDS A. Follow recommendations of ACI 318 and 347. B. Title 24, Part 2, C.C.R., 1995 C.B.C. (1994, U.B.C. with Calif. Amendments). 1.05 ARCHITECT REVIEW A. Architect will review for general architectural applications only. Design of formwork for structural stability and sufficiency is the sole responsibility of the workers and contractors. 2.01 EARTHEN FORMS (See Sketch 03100-5) A. Provide earthen forms only for footings where the soil is firm and stable and the concrete will not be exposed, and as approved or directed. Cut earthen forms square, neat and accurate to size. Clean bottoms of excavations. 2.02 WOOD FORMS A. Provide APA Plyform of B -B Class I exterior, high density overlaid one side for forms, sound, undamaged, and clean, %-inch thick minimum. B. Inspect forms in accordance with Title 24, Section 1905. 2.03 LUMBER A. Provide Douglas fir, construction grade lumber for forming, studding and bracing. 2.04 ACCESSORIES SP 61 OF 168 A. Provide nails, spikes, lag bolts, through bolts and anchorages required, of sufficient strength, length and character to maintain formwork during pouring operations. B. Use snap -off, removable, or adjustable type metal ties. All metal is to be hot -dip galvanized. Provide standard metal form clamp assembly spreader type, leaving no metal within one (1) inch of concrete exposed face. Leave inner tie rod within concrete when forms are removed. C. Provide colorless mineral oil type form coating, non -grain raising and non- staining type, Noxcrete's Non -Crete Form Coating, Arcal Chemical's Arcalo 80, Industrial Synthetic's Synthex, or other approved. D. Rigid foam plastic fillets may be used for chamfered corners. 2.05 FORMED CONSTRUCTION JOINTS A. Provide galvanized steel or extruded plastic tongue and groove type, with knock -out holes at six (6) inches on centers. 2.06 DOVETAIL ANCHOR SLOTS A. Provide minimum 24 gage galvanized steel foam filled type, with release tape sealed slots, bent tab anchors, securable to formwork. 2.07 COLD JOINTS A. Provide standard metal keyed dividers for cold joints, subject to approval. 2.08 ANCHORS AND HANGERS A. Use anchors which do not leave exposed metal at surface. PART 3 - EXECUTION 3.01 INSPECTION A. Prior to commencing work, inspect the work of others and verify that such work has been properly completed and installed to allow for proper installation of all materials and methods required of this section. B. Inspect forms in accordance with Title 24, Section 1905. 3.02 FORMING A. Earthen forms: Foundation concrete may be placed directly into neat excavations provided the foundation trench walls are stable as determined by the architect (structural engineer), subject to the approval of the Office SP 62 OF 168 of the State Architect. In such case, the minimum formwork shown on the drawings is mandatory to insure clean excavations immediately prior to and curing the placing of concrete. Trench earthen forms at least two inches wider than footing widths shown on drawings. Construct wood edge strips at each side of trench at top to secure reinforcing and prevent trench from caving. Form sides of footings where earth caves. Tamp form and clean all debris and loose materials in earthen forms before depositing concrete. B. Design forms and shoring to resist all anticipated loads. C. Verify accuracy of lines, levels, and centers. D. Construct formwork and appurtenances to meet design and code requirements. Construct of sound materials, of correct shape and dimensions, mortar tight and of sufficient strength to prevent sagging, buckling, movement and failures. Provide adequate shores of wood or metal to safely carry imposed loads and adjustable to prevent displacements during the work. E. Align joints and make them watertight. F. Set reinforcing accurately and ensure secure placement. G. Maintain tolerances of ACI 347, within %-inch in ten (10) feet. H. Assist in setting and placing blockouts and sleeves for materials and products to be embedded in and passing through concrete. Comply with CCR Title 24 Section 1906A.3. Provide ports and openings to facilitate inspection and cleaning. J. Chamfer all corners one (1) inch unless shown otherwise. K. Set screeds and establish levels for tops of concrete for finish surfaces. Shape surfaces as indicated on drawings. L. Screed supports for concrete over waterproof membranes or vapor barriers should be of a cradle, pad, or base type which will not puncture membrane. M. Wet formwork prior to placing concrete and keep wet during concrete curing process. 3.03 FORM REMOVAL A. Do not remove formwork, shoring and bracing until such time as masonry and concrete has gained sufficient strength to carry its own weight, and construction and design loads which are liable to be imposed upon it. SP 63 OF 168 Verify strengths by compressive strength test results. Loosen forms carefully. Do not wedge pry bars, hammers or other tools against masonry and concrete surfaces. Comply with Section 1906A.2, Title 24. B. The following are minimum times for forms and shoring to remain in place prior to removal: 1. Footings and grade beams — Five (5) days. 2. Walls and columns — 14 -days. 3. Beam sides — Ten (10) days. 4. Beam and slab soffits — 14 -days. C. Cut nails and form ties off flush and leave all surfaces smooth and clean. r_u�.�rr�•�rr_��y�xyr_���:z•��i�y�•�►��r•�yx.�r�•�►Ki�x�:�ani7•�:zyu�e� PART 1 -GENERAL 1.01 SUMMARY A. Provide reinforcing steel bars, welded wire fabric, support chairs, bolsters, bar supports and spacers. B. Related Requirements: The General Provisions of the Contract Documents. A. Formwork B. Concrete work such as cast -in-place, and site concrete C. Masonry work 1.03 QUALITY ASSURANCE A. Perform reinforcing work in strict conformance with CRSI 93 unless specified otherwise or required otherwise by local code jurisdiction. 1.04 CODES AND STANDARDS A. In addition to CRSI specifications, follow ACI 315 and 318, AWS welding codes and qualifications, and ASTM A185, A305 and A706 and UBC Std. 19-8. B. Testing of bars in accordance with Title 24, Section 1928A.2 and 1903A.5.2. SP 64 OF 168 1.05. TESTING A. Where samples are taken from bundles as delivered from the mill, with the bundles identified as to heat number, and provided the mill analyses accompany the report, then one tensile test and one bend test shall be made from a specimen from each ten (10) tons or fraction, of each size of reinforcing steel. B. Where positive identification of the heat number cannot be made or where random samples are to be taken, then one series of tests shall be made from each 2 -'/z -tons or fraction, of each size of reinforcing steel. C. Comply with Title 24, Section 1928A.2. 1.06 STORAGE A. Do not allow reinforcing materials to have direct contact with the ground. Cover materials adequately to prevent rusting, and contact with materials or construction injurious to proper bonding. PART 2 -PRODUCTS 2.01 REINFORCING BARS A. Deformed billet steel bars, ASTM A615, plain finish, see drawings for grade. ASTM A706 for bars to be welded. 2.02 WELDED WIRE FABRIC A. Provide plain type, ASTM A185, in coiled rolls, or flat sheets, plain finished, void of rust, dust, scale, paint, grease and other coatings. 2.03 ACCESSORIES A. Provide minimum 16 gauge galvanized annealed tie wires, and chairs, bolsters, bar supports, and spacers sized and shaped for strength and support of reinforcing. Plastic accessories may be acceptable if approved by Architect prior to use. 2.04 FABRICATION AND MANUFACTURE A. Fabricate in accordance with details shown. B. Accurately bend, cut and place bars as shown on drawings. Bend bars cold; heating of bars is not permissible. Do not bend or straighten bars in any manner that will injure materials. Comply with Title 24, Section 1907A.3. SP 65 OF 168 C. Welding: All welded reinforcing steel shall be A.S.T.M. A706. Perform welding, where shown or approved, by the direct electric arc process in accordance with AWS D1.4 using 90 series low hydrogen electrodes. Preheat 6 inches each side of joint. Protect joints from drafts during cooling process; accelerated cooling is prohibited. Do not tack weld bars. Clean metal surfaces to be welded of all loose scale and foreign materials. Clean welds each time electrode is changed and chip burned edges before placing welds. When wire brushed, completed welds must exhibit uniform section, smooth welded metal, feather edges without undercuts or overlays, freedom from porosity and clinkers, and good fusion and penetration into the base metal. Cut out welds or parts of welds found defective, with chisel, and replace with proper welding. Comply to Title 24, Section 1903 A.5.2 and Section 1928. 1. Employ only experienced certified welding operators. 2. Prequalification of welds to be in accordance with code and carbon equivalent of reinforcing not exceeding 0.75. PART 3 - EXECUTION 3.01 INSPECTION A. Prior to commencing work of this section, inspect work of others and verify that such work has been properly completed and installed to allow for proper installation of all materials and methods required of this section. Inspection of welding shall be done by a special inspector approved by D.S.A., services retained and paid for by the Owner. 3.02 INSTALLATION A. Fabricate reinforcing in accordance with ACI 315. Locate reinforcing splices not shown on drawings, at mid span. Where shown or required, weld reinforcing bars in accordance with AWS D1.4 (1989). B. Place reinforcing supported and secured against displacement. Do not deviate from true alignment. C. Ensure that reinforcing used is clean, free of scale, dirt, dust, rust and other matter. D. Provide a minimum splice for bars noted as "cont." typical wall reinforcing, no splices in concrete column reinforcing. Provide a standard lap of 48 bar diameters in masonry and 36 bar diameters in concrete, and in no case less than 24 -inches. Wire all laps and splices in welded wire mesh and provide side and end laps of at least eight (8) inches. SP 66 OF 168 1. Spacing - minimum center -to -center distance between parallel reinforcing bars is to be in compliance with that shown on drawings, or in the absence of such information on drawings, the clear spacing is to be 1-Y2 bar diameter, but in no case less than 1-1/2- inch, or 1'/3 times the maximum size of aggregate. 2. Where possible, stagger splices of adjacent bars. E. Only splice reinforcing where shown or noted. Splices at other locations must be approved by the Architect or Structural Engineer. Provide continuous reinforcement between splice locations in vertical walls. No splices of vertical wall reinforcing may occur except at foundations, unless specifically approved by the Architect or Structural Engineer. 1. Securely tie reinforcing with 16 gage tie wire at all splices and intersections, and as may be directed. 2. Point ends of wire ties away from forms. F. Stagger splices in adjacent horizontal wall reinforcing bars a minimum of 4 feet. G. Provide dowels in footings and/or grade beams the same size and number as vertical wall or column reinforcing. Provide a minimum dowel protection equal to standard lap splices unless noted otherwise. 1. Secure tie dowels in place before depositing concrete. Install No. 3 bars for securing dowels where no other reinforcement is provided. H. Provide the minimum coverage of reinforcing by concrete: Below grade (unformed) 3 -inches clear Below grade (formed) 2 -inches clear Walls 2 -inch clear Columns, beams 2 -'/2 -inches clear 3.03 CORRECTION DURING CONCRETING A. Maintain capable steel workers during placement of concrete for properly resetting reinforcement displaced by runways, workers, or other causes. 3.04 DEFECTIVE WORK A. The following reinforcing work will be considered defective and may be ordered by Owner to be removed and replaced at no additional expense to Owner. 1. Bars with kinks or bends not shown on drawings. 2. Bars injured due to bending or straightening. 3. Bars heated for bending. SP 67 OF 168 4. Reinforcement not placed in accordance with drawings or specifications. 5. Rusty or oily reinforcement. 3.05 INSPECTIONS A. Prior to pouring concrete, notify the architect, structural engineer and D.S.A. that reinforcing is ready for inspection. Secure approvals by testing laboratory and inspector before concrete operations are commenced. ADDITIONAL SPECIAL PROVISIONS TO SECTION 303 - CONCRETE PART 1 -GENERAL 1.01 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: 1. Concrete footings for landscape structures 2. Concrete walks and pavements 3. Concrete ramps, stairs 4. Concrete walls 5. Sand fill under building slab C. Related Work in Other Sections: 1. Earthwork - Section 300 2. Earthwork and Topsoil Placement - Subsection 308-2 3. Laminated Vapor Barrier — Section 07192 (CSI) 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. B. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: • "Standard Specifications" - Standard Specifications for Public Works Construction • "UBC" - Uniform Building Code • "ASTM" - American Society for Testing and Materials. SP 68 OF 168 • "DIS" - Division of Industrial Safety. • "ACI" - American Concrete Institute, Manual of Concrete Practice • "CRSI" - Concrete Reinforcing Steel Institute, "Manual of Standard Practices" C Percent Compaction: ASTM Test Method D 1557 maximum dry density. D. Coordination: 1. Coordinate all items of other trades to be furnished and set in place in conformance with Subsection 7-7 of the Standard Specifications. 2. Insure that such portions of their work are all or in part embedded, built-in, attached to, supported by or covered over by the concrete work are executed by them in ample time that progress of the work is not delayed. 3. Do all cutting or patching made necessary to comply with above injunction. 4. Coordinate proper installation of all accessories embedded in the concrete and for the provision of holes, openings, etc., necessary to the execution of the work of the trades. E. Lines and Levels: Contractor's licensed surveyor or registered civil engineer shall layout and establish all lines, levels, grades and positions of all parts of the work. F. Inspection: Special inspection and testing shall be provided for all structural concrete where required by Section 306, Uniform Building Code, and per this specification. G. Staff: For fabrication and installation of work use only personnel who are thoroughly trained and experienced in the skills required, have installed similar applications of the specified products within one (1) year prior to beginning work of this section, and who are completely familiar with the manufacturer's recommended methods of installation as well as the requirements of this work in conformance with Subsection 7-2.1 of the Standard Specifications. 1.03 SUBMITTALS A. Concrete Mix Design(s): Provide six (6) copies of concrete mix design for each proposed concrete type and use. B. Jobsite Flatwork Panel: One (1); four (4) x four (4) foot sample of each type of each specified type of concrete finish and color. Required joints materials and treatments shall be included. SP 69 OF 168 1. General: a. All concrete mixes shall be proportional and designed in accordance with Subsection 201-1 of the Standard Specifications, the ACI and Uniform Building Code. b. All mixes shall be designed for ready mix transported concrete per ASTM C94. C. The Contractor shall employ independent Testing Laboratory to take samples of aggregates and to prepare design mixes in conformance with Subsection 201-1.1.3 of the Standard Specifications. Proposed design mix shall be submitted to the City Engineer for review prior to placing concrete. d. Proportions of aggregate to cement for concrete shall be such as to produce a mixture which will work readily into the corners and angles of forms and around reinforcement without permitting segregation of materials or an excess of free water collection on the surface. The methods for measuring concrete materials shall be such that the proportions can be accurately controlled and easily checked during the progress of work. 2. Mix Characteristics Footing/Flatwork a. Maximum aggregate size: 1 '/z -inch max. b. Compressive strength: 3,000 psi, C. Slump: four (4) inch maximum d. Cement ratio: 6 sack e. Cement Type: V 3. Mix Characteristics Exposed Walls and Exposed Components: a. Maximum aggregate size: one (1) inch max. Provide aggregate size as necessary to comply with ACI Standards for reinforcing spacing, bar size, and form configuration. b. Compressive strength: 3,000 psi C. Slump: four (4) inch d. Cement ratio: 6 sack e. Cement Type: V D. Materials List and Documentation: 1. Accompanying shop drawing's, provide written list of all proposed materials, including forming, curing, concrete, tie rods, rebar, and related products. 2. Provide certification documentation as required below. SP 70 OF 168 3. Provide three (3) samples of each aggregate and sand proposed for use in the concrete mix. E. Test Data: Submit copies of all laboratory tests and reports of all materials. 1.04 TOLERANCES FOR EXPOSED CONCRETE A. General: Variations below list the maximum permissible deviations from established lines, grades and dimensions for all exposed concrete. B. Variation from Plumb: 1. In the lines and surfaces of pavements: In ten (10) feet, maximum '/4 -inch 2. For exposed corners, control -joint grooves and other conspicuous lines: a. In any 20 -feet, maximum'/4-inch b. In any 40 -feet or more, '/2 -inch C. Variation in the Sizes and Locations of Sleeves and Wall Openings: Plus or minus'/4-inch. D. Variation in Cross -Sectional Thickness of Slabs 1. Minus'/4-inch 2. Plus 1/2 -inch E. Variation in Radii: 1. In radii of less than ten (10) feet: a. In any five (5) feet, '/e -inch b. In any ten (10) feet, '/4 -inch 2. In radii of 20 -feet: a. In any ten (10) feet, '/4 -inch b. In any 20 -feet, %-inch 3. In radii of 30 -feet or more: a. In any 20 -feet, '/z -inch b. In any 30 -feet, one (1) inch F. Testing Laboratory Services: 1. Provide the City Engineer all reasonable access to procure samplings of fresh concrete at the time of pouring for laboratory testing in conformance with Subsection 201-1.1.4 of the Standard Specifications. SP 71 OF 168 2. Cooperate with Owner's testing laboratories to permit proper testing and inspection procedures. G. Responsibility of the Contractor: The Contractor shall be solely responsible for the structural adequacy of the forms, ties, shoring, and bracing. Any requirements given herein are a minimum for appearance purposes only, not to be considered as structural design. 1.05 ANALYSES OF SAMPLES AND TESTS A. Notification: Notify the City Engineer and Owner's designated laboratory in sufficient time to allow taking of samples at time of pour (minimum of 48 -hours prior to pour). B. Rejected Materials: Remove off the site all concrete below specified strength. C. Cost of Removal and Retesting: Pay for full costs of removal of rejected concrete and its replacement with concrete of specified strength and retesting. 1.06 PROTECTION A. Deliver, store and handle all products in a manner to prevent damage and deterioration in conformance with Subsections 4-1 of the Standard Specifications. B. Store all products, including reinforcing, off the ground on pallets, blocks, or other devices. C. Use all means necessary to protect the installed work and materials of all other trades. D. In the event of damage, immediately make all repairs and replacements necessary to the approval of the City Engineer and at no additional cost to the Owner. 1.07 FINAL ACCEPTANCE A. Review Date: Make a written request for review for Final Acceptance at least five (5) working days in advance. B. Completion: Work will be accepted upon satisfactory completion of all site concrete work. SP 72 OF 168 C. Responsibility: Upon Final Acceptance, Owner will assume responsibility for maintenance of the work. PART 2 -PRODUCTS 2.01 GENERAL: All products shall conform to the requirements of Subsection 201-1.2 of the Standard Specifications and as contained herein. 2.02 CEMENT: ASTM C150, Type V Portland Cement 2.03 BASE COURSE: 1 -1/2 -inch maximum size broken stone or crushed gravel. 2.04 COARSE AGGREGATE A. Description: ASTM C33, hard, durable, uncoated, washed, graded, cleaned and screened crushed rock or gravel aggregate for regular weight concrete. Do not use crusher -run stone or bank -run gravel. B. Grading: Do not use aggregate which has a maximum size exceeding 1/5 of the narrowest dimension between sides of forms of the member for which the concrete is to be used, nor larger than % of the minimum clear spacing between reinforcing bars. Do not use coarse aggregate which exceeds %-inch for paving. 2.05 FINE AGGREGATE A. Description: ASTM C33, clean, hard and durable sand. Do not use sand coated with injurious amounts of silt, loam, clay or other deleterious matter. B. Grading: Percent Passing Sieve Size 45-70 # 17 15-30 #50 3- 8 #100 2.06 ADMIXTURES A. Admixtures shall comply with ASTM C494-82. B. Admixtures must be included in mix design and approved by the Architect. C. Use of calcium chloride is prohibited. SP 73 OF 168 2.07 REINFORCEMENTS A. Reinforcing Bars: 1. ASTM A615 Grade, 60 deformed billet -steel bars, clean and free from rust, scale, or coating that will reduce bond. 2. Provide reinforcing bars #3, #4, or as shown on the drawings. 3. Provide heat number and mill analysis for all reinforcing. B. Reinforcing Supports: 1. All horizontal reinforcing, including welded wire fabric, shall be supported on approved chairs or supports. 2. Provide metal or precast concrete block bar supports at all slabs on grade. D. Dowels for Expansion Joints: ASTM A615, smooth, billet -steel bars. E. Tie Wires: 16 gauge minimum black annealed. 2.08 WATER: Clean, potable, concrete mixing water free from injurious amounts of salts, oils, acids, alkalis, organic materials or other deleterious matter furnished and paid for by Contractor. Transport as required. 2.09 AIR ENTRAINMENT: ASTM C260, air -entraining admixture. 2.10 EXPANSION JOINT MATERIALS A. Expansion Joint: '/4 -inch x three (3) inch Polyfelt, as supplied by White Cap Wholesale. B. Backer Rod: At all wall/flat work intersection. C. Joint Sealant: Gun -grade, polyurethane with a Shore 'A' hardness of not less than 40 after 72 -hours. Pacific Polymers, PRC, or approved equal. D. Joint Sealant Color: To match adjacent concrete surfaces. 2.11 WEAKENED PLANE JOINTS: Hand tooled joint, %-inch by %/ inch minimum, with % inch radius. "Zip -strip joints" are not permitted. 2.12 FORM OIL: Non -staining mineral oil type. 2.13 FORMING MATERIALS SP 74 OF 168 A. General: 1. All materials and techniques shall conform to ACI 347 and as specified. 2. Use of metal, fiberglass or other forming materials acceptable with prior review by City Engineer. B. Wood Forms: 1. Wood: a. Exposed concrete surfaces: Plywood, S4S, PSI; B face on contact side, Ext. Grade, Douglas Fir, Class I; not less than %-inch thick. Mill oil or resin coat both surfaces at factory and seal edges; use type that will not stain or leave residue on concrete. b. Unexposed concrete: Board forms or plywood as specified for exposed concrete surfaces. Board forms; Douglas Fir, sound, good quality, and free from loose knots; not less than 3/4 -inch thick. 2. Plywood forming: a. Concealed portions may be APA rated B -B Plyform, exterior grade. b. Exposed portions shall be APA rated, medium density overlaid, exterior grade. C. Radius Concrete Forms: 1. To be assembled in pieces representing the radii required to perform the work. Shop cut, and assemble when possible. 2. Burke or equal, Burke Tube, seamless, standard duty. I cA E wom :4 I ► [KKK] �L 11mo1► I sui A. General: 1. All components shall comply with ASTM C-309. 2. All compounds shall be currently approved by the EPA for use. 3. Verify compatibility of compounds with all subsequent operations 4. Materials shall be Noxcrete or approved equal. 2.15 OTHER PRODUCTS: Provide all other products necessary for complete installation and operation. Such products shall be subject to the review of the City Engineer. PART 3 - EXECUTION SP 75 OF 168 3.01 GENERAL: Perform all work in conformance with Subsections 303-1 and 303-5 of the Standard Specifications and as contained herein. A. Construct Sidewalk: 1. The construction of four (4) inch thick Portland cement concrete Type V shall conform to the Standard Plan No. 103 -0 -OC for Public Works Construction and OCEMA Standard Plan 1205 with lines and grades to meet existing improvement and in like kind. When joining, new construction shall match existing improvements with proper grade to form a safe and smooth surface. 2. The construction of six (6) inch thick Portland cement concrete Type V shall conform to the Standard Plan No. 103 -0 -OC for Public Works Construction and OCEMA Standard Plan 1205 with lines and grades to meet existing improvement and in like kind. When joining, new construction shall match existing improvements with proper grade to form a safe and smooth surface. 3. Payment for the preceding requirements shall be per the unit price bid per square foot. No additional compensation will be allowed. B. Concrete Banding: 1. The construction of six (6) inch thick Portland cement concrete Type V shall conform to the Standard Plan No. 103 -0 -OC for Public Works Construction and OCEMA Standard Plan 1205 with lines and grades to meet existing improvement and in like kind. When joining, new construction shall match existing improvements with proper grade to form a safe and smooth surface. 2. Payment for the preceding requirements shall be per the unit price bid per square foot. No additional compensation will be allowed. C. Construct Driveway Approach: 1. All work shall conform to the APWA/EMA Standard Plan No. 101 -0 -OC with lines and grades to meet existing. 2. New improvement shall be constructed, warped (if required) and modified to match existing improvements and existing field condition with proper grade to form a safe and smooth riding surface. 3. Payment for the preceding requirements shall be per the unit price bid per square foot and shall include all other work as SP 76 OF 168 required to complete the work. No additional compensation will be allowed. D. Surface Drainage: 1. Provide for positive drainage on all concrete paving surfaces. 2. Report in writing any discrepancies or omissions on drawings and conditions on the site which would prevent proper drainage to the City Engineer. Do not proceed with installation in areas of discrepancy until all such discrepancies have been properly resolved. 3. No "birdbaths" or other surface irregularities will be permitted. Properly correct irregularities. E. Securement: Use templates for all anchor plates, bolts, inserts and other items embedded in concrete. Accurately secure so that they will not be displaced during placing of concrete. F. Electrical Conduit: Do not embed piping, other than electrical conduit, in structural concrete. Locate conduit to maintain strength of structures at maximum. Verify size, length and location of electrical conduit. G. Prior to installation of concrete, 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. H. Verify that all work can be installed in strict accordance with all pertinent codes and regulations, the original design, reviewed submittals, and manufacturers' latest printed recommendations. 3.02 LAYOUT PREPARATION A. Protection: 1. Protect and maintain all existing reference elevations, benchmarks, and other datum points in conformance with Subsection 2-9 of the Standard Specifications. 2. Protect all utility and service stub -outs from damage in conformance with Subsections 7-9 and 300-1.2 of the Standard Specifications. B. Verification: 1. Verify elevations, dimensions, and alignment with work specified in other sections and done by other trades. 2. Identify, verify, and coordinate placement of piping and conduit sleeves through and under concrete. SP 77 OF 168 3. Identify, verify, and coordinate the location, dimension, and requirements of all recesses, block-outs and other site provisions. 3.03 BASE COURSE: Compact as per Soils Engineer's geotechnical report and recommendations. 3.04 CONCRETE INSTALLATION A. General: 1. Concrete Strength: Minimum 28 -day compressive strength of 2,500 psi. 2. Transit Mixed: All concrete shall be transit mixed in accordance with requirements of ASTM C94. 3. Time: Concrete shall be mixed for ten (10) minutes minimum. Concrete mixing shall continue until concrete is completely discharged, Minimum of mixing time shall be three (3) minutes at the job site. 4. Water: Under no circumstances shall the Contractor add water to the concrete mix. 5. Concrete shall be rejected if not placed within 45 -minutes of adding water and admixtures. 6. Under no circumstances shall the Contractor add water to the concrete mix. 7. Slope all slabs to drains, depressions, or other components as shown on the drawings. l_z VVFrQVTifJ_§iA 1. Place all concrete in conformance with ACI 318. 2. Once concrete operation has begun, it shall be continued until the specified panel, component, or section is complete. Use of cold joints is not permitted without specific prior approval of the City Engineer. 3. Concrete shall not be placed in water, and water shall not be permitted to rise over concrete prior to final set. 4. Do not place concrete until all reinforcing, sleeves, and conduits are in place and properly fastened or covered. 5. Clean and coat all forms prior to placement. 6. Deposit concrete as close as practical to its final position. 7. All concrete shall be consolidated with the aid of approval mechanical vibrating equipment. Intensity of vibration shall be sufficient to thoroughly compact concrete. The concrete shall be compacted and worked in an approved manner into all corners and angles of the forms and around reinforcement and embedded items. C. Hot Weather Requirements: SP 78 OF 168 1. All concrete shall be placed in compliance with ACI Manual. 2. The maximum placing temperature of the deposited concrete shall be 90 degrees F. 3. If weather conditions would cause the concrete temperatures, when deposited, to exceed 90 degrees F, the mix shall be cooled by wetting the aggregate or by other appropriate methods. Revise mix design as necessary and obtain approval by the City Engineer. 3.05 FORMWORK INSTALLATION A. General: 1. Construct forms accurately to dimensions, plumb and true to line and grade as shown on the drawings, subject to tolerances defined in this specification. Use forms that are substantial, mortar tight, braced and tied so as to maintain position and shape during placing of reinforcing and concrete. 2. Wavy surfaces and bulged walls or slab surfaces resulting from settlement or springing of formwork will be rejected. 3. Carefully verify and check all forms for alignment and level as the work proceeds. Promptly make all needed adjustments or additional bracing. 4. Design and construct formwork based on recommendations described in ACI 347. 5. Contractor is solely responsible for selection, design, and coordination of formwork system, including determination of all loads, operations sequence, safety factors, and other forming aspects. B. Construction Joints: Construct and assemble forms in such a C. Details: Take extreme care in all details of forming, setting and reinforcing. Except where tooled corners are indicated, provide all exposed concrete finish work with smooth, even surfaces of dense concrete with clean sharp arises and outside corners. D. Earthforms: 1. As accepted, use earthforms for footings only where soil is firm and stable and concrete will not be exposed. Cut excavations neatly with accurate sizes. 2. Extend wood forms for all exposed concrete at least six (6) inches below finish grade. 3. Do not disturb earth at bottoms of excavations for footings or foundations; maintain these areas free of water, properly cleaned and leveled off. SP 79 OF 168 4. Compact per requirements of the ACI building code. Do not place concrete on un -compacted fill. E. Coordination: After forms have been placed and accepted, insure that all other trades have been properly notified and are given sufficient time to complete installation of their work. F. Recesses and Openings: Provide as shown on the Drawings or as may be directed at the site. G. Reinforcing Steel: Install progressively with work of other trades. Coordinate each other's schedules so as to avoid disturbing or moving work already installed by one (1) trade to admit the work of another. H. Responsibility: Each trade shall be entirely responsible for proper installation and securing of the work during placing of concrete. Prior to Pouring Concrete: 1. Thoroughly clean out all forms to be used. 2. Thoroughly wet wood forms as required where form -coatings are not used. J. Exposed Concrete: 1. Install formwork so that mortar leakage is minimized. Provide foam edge stripping at panel edges to prevent grout fins, ridges, and other defects. 2. Stagger all joints in forming panels. 3. Align all wall form ties symmetrically about the center of the panel, both horizontally and vertically. 4. Verify dimensions immediately prior to pour and adjust as necessary. 5. Maintain all forms in clean and satisfactory condition. Do not use forms with surface defects that will result in surface irregularities. K. Footings: 1. Install formwork as required to maintain dimension and elevation during concrete placement. 2. Construct to tolerances required in this specification. 3. Prepare sub -grade and compact per Soil Engineer's geotechnical report. L. Embedments: SP 80 OF 168 1. Comply with ACI 318, regarding placement and material requirements. 2. All embedded items shall be aligned and braced with templates or other devices to prevent movement during concrete placement. 3. Do not embed aluminum materials of any type without approved corrosion coating. M. Removal of Forms: 1. Do not remove supporting forms or shoring until concrete has sufficient strength to carry its own weight and other loads upon it. 2. Remove forms only after concrete has properly set and without damaging concrete. 3. In no case shall forms be removed from exposed, sandblasted concrete components in less than 24 -hours, and as required by coating manufacturer. 4. In no case shall forms be removed from soil retaining type walls until concrete has cured a minimum of 48 -hours. For soil retaining type walls over six (6) feet, forms shall not be removed for a minimum of 60 -hours. 3.06 REINFORCEMENTS A. Fabrication: 1. Bends shall conform to bend dimensions defined as standard in accordance with details in the CRSI Manual of Standard Practice, unless otherwise noted. 2. Bars shall be bent cold, and shall not be bent or straightened in a manner that will damage the material. 3. Bars shall be fabricated within the tolerances shown in the CRSI manual of Standard Practice. 4. Welding as an aid to fabrication and/or installation will not be permitted except as specifically shown in the drawings, or as authorized by the City Engineer. B. Supports: Accurately and securely fasten or support reinforcements to prevent displacement before or during pouring. Hang footing bars from forms. Support wire mesh with suitable metal cradles. C. Reinforcement Splices: 1. Splices at reinforcement shall be per ACI 318, minimum lap shall be 24 -inches. 2. When required or permitted, welded splices of reinforcement bars shall conform to AWS D1.4. SP 81 OF 168 D. Placement: 1. Clean, bend and place reinforcement per recommended practices of ACI Manual of Concrete Practice. 2. Reinforcement shall be placed within the tolerances given in ACI 117. 3. Move reinforcing bars to avoid interface with other reinforcement, conduits, or embedded items. Do not exceed specified placing tolerances. 4. Provide a minimum of three (3) inch concrete cover around and over all reinforcing at unformed below grade concrete and two (2) inch at other areas. 5. Bars shall be securely tied to prevent displacement. All bars shall be tied at crossing contact. All dowels shall be secured in place before depositing concrete. 6. Welded wire fabric shall be furnished in flat sheets only. 7. Reinforcing bars partially embedded in concrete shall not be field bent, except as shown in the drawings or permitted by the City Engineer. 8. All horizontal reinforcement including welded wire fabric shall be supported on specified supports. Use of "hook and pull' method for welded wire fabric is prohibited. 9. Place reinforcing protective caps over all exposed reinforcing for safety of all personnel. 3.07 JOINTS A. General: 1. Install joints as detailed on the Drawings. 2. Form in fresh concrete using a jointer to cut the groove so that a smooth uniform impression is obtained. 3. Locate all joints on the forms prior to placing concrete. 4. All intersecting joints are to stop cleanly at points of intersection. Overlapping of joints into un -jointed concrete panels is not permitted. B. Score Joints: 1. All construction joints shall be formed. 2. No construction joints or cold joints are allowed in vertical pours except at approved reveals or other locations. 3. Tool all concrete edges at slab construction joints. C. Expansion Joints: 1. Locations: Provide joints at locations and intervals shown on the Drawings, and where concrete paving abuts buildings, curbs, or other structures. SP 82 OF 168 2. Placement: Place joint materials with top edge '/z -inch below the paved surface. Securely hold in place to prevent movement. 3. Forming: Form joints and other edges in the fresh concrete using an edging tool to provide a smooth uniform impression. Strike all edges before and after brooming. 4. Thickness: Provide material full thickness of slab or wall holding top of material %-inch below finished elevation. Expansion joint material shall be '/z -inch thickness. Material is to be approved by the Engineer. 5. Sealing: After the curing period, carefully clean expansion joints and fill with Silicone sealant, color to match existing sidewalk, to '/4 -inch below adjacent paved surface. Avoid spilling on paved surfaces or overflow from joint. 3.08 FINISHES A. Broom Finish: 1. Obtain by drawing a stiff bristled broom across a floated finish. 2. Direction of brooming to be perpendicular to direction of work or as shown on Drawings. 3. Provide under all ceramic tile floors. B. Sand -Blast Finish: 1. Continuity: Perform in as continuous an operation as possible, utilizing the same work crew to maintain continuity of finish. 2. Depth of Cut: Use an abrasive grit of the proper type and gradation to expose the aggregate and surrounding matrix surfaces to match sample panel as follows: a. Light Cut: Approximately 1/32 -inch cut. b. Medium Cut: Approximately 1/16 -inch to 3/32 -inch. 3. Backup Boards: Blast corners and edge of patterns carefully, using backup boards to maintain uniform edge line. 4. Uniformity: Use same nozzle, nozzle pressure and blasting technique as used for sample panel. Use same individual operator where possible. 5. Control: Maintain control of abrasive grit, concrete dust in each area of blasting. 6. Removal: At the end of each work day, remove all expended grit. B. Surface Retarders: SP 83 OF 168 1. Continuity: Perform in as continuous an operation as possible, utilizing the same work crew to maintain continuity of finish. 2. Depth of Cut: Use the proper Grade of retarder as noted on the plans to expose the aggregate and surrounding matrix surfaces to match sample panel as follows: a. 03 Grade: Acid Etch. b. 05 Grade: Light Cut Sand Blast. c. 15 Grade: Up to'/< -inch Cut. 3. Uniformity: Use same nozzle, nozzle pressure and blasting technique as used for sample panel. Use same individual operator where possible. 4. Refer to manufacturer recommendations for storage, handling and use. 3.09 TESTING A. General: 1. All testing shall be paid by the Owner. 2. Cylinder tests shall be per ASTM C39. 3. Cylinder tests shall be prepared per ASTM C31. 4. Prepare a minimum of three cylinders for each wall or type of concrete on each day concrete is cast. B. Slump Test: 1. Slump test shall be per ASTM C143. 2. Prepare minimum of two (2) tests per day for each type and application of concrete. 3.10 PROTECTION AND CURING A. Protection: 1. Protect concrete work against rapid drying and damage by rain. 2. Keep concrete moist for at least seven (7) days. Protect with wet burlap, canvas covering or liquid -curing compound. B. Spraying: Spray concrete during the curing period as frequently as drying conditions may require. C. Curing: Cure concrete in accordance with the ACI Manual of Concrete Practice. D. Damage and Defacement: Protect all concrete work against damage and defacement during subsequent construction operations until Final Acceptance. SP 84 OF 168 3.11 CLEANUP A. Keep all areas of work clean, neat and orderly at all times in conformance with Subsection 7-8 of the Standard Specifications. B. Upon completion of work, remove off the site all surplus materials, tools, equipment, rubbish and debris resulting from the work in conformance with Subsection 7-8 of the Standard Specifications. Do not permit concrete wash-out residue to accumulate on adjacent paving, or in landscaped areas. ADDITIONAL SPECIAL PROVISIONS TO SECTION 303 - SITE CONCRETE UNIT MASONRY PART 1 -GENERAL 1.01 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, which contain information and requirements that apply to this Section. B. Work Included: Provide concrete unit masonry complete, as shown and as specified. C. Related Work in Other Sections: Earthwork - Section 300 Earthwork and Topsoil Placement - Subsection 308-2 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with the latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. B. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: • "Standard Specifications" - Standard Specifications for Public Works Construction • "UBC' - Uniform Building Code • "ASTM" - American Society for Testing and Materials. • "DIS" - Division of Industrial Safety. • "ACI" - American Concrete Institute, Manual of Concrete Practice • "CRSI" - Concrete Reinforcing Steel Institute, "Manual of Standard Practices" SP 85 OF 168 C. Coordination: 1. Coordinate and cooperate with other Contractors to enable the work to proceed as rapidly and efficiently as possible in conformance with Subsection 7-7 of the Standard Specifications. 2. Insure that portions of the work which are all or in part embedded, built-in, attached to, or supported by the work shall be executed by them in ample time that progress of the work is not delayed. 3. Perform all cutting or patching made necessary to comply with this injunction. 4. Be responsible for the proper installation of all accessories embedded in the concrete and for the provision of holes, openings, etc., necessary to the execution of the work of the trades. D. Lines and Levels: A licensed Surveyor or registered Civil Engineer shall lay out and establish all lines, levels, grades and positions of all parts of the work. 1.03 INSPECTION OF SITE A. Review: Examine related work and surfaces before starting work of this Section. Submit written report to the City Engineer, describing all site conditions that will prevent the proper provision of this work. B. Acceptance: Beginning the work of this section without reporting unsuitable conditions to the City Engineer constitutes acceptance of site conditions by the Contractor. C. Repair: Perform all required removal, repair, or replacement of this work caused by unsuitable conditions at no additional cost to Owner. 1.04 SUBMITTALS A. Product Data: Submit copies of manufacturers' latest catalog cuts and specifications for each specified product. B. Samples: 1. Masonry Unit: Two (2) full size units of each type, including caps and special shapes required to show range of texture, finishes and dimensions. 2. Color Sample: Mortar, grout and expansion joint compounds. C. Test Data: Copies of all laboratory test and data of all materials. 1.05 ANALYSES OF SAMPLES AND TESTS SP 86 OF 168 A. Samples for Testing: Provide the City Engineer all reasonable access to take samples for laboratory testing during the course of the work in conformance with Subsection 201-1.1.4 of the Standard Specifications. B. Costs of Testing: Paid for by the Owner. C. Notification: Notify the City Engineer and Owner's designated laboratory in sufficient time to allow taking of samples at time of pour. D. Rejected Materials: Should tests show that concrete unit masonry is below specified strength, Contractor shall remove all such units off the site. E. Cost of Removal and Retesting: Full costs of removal of rejected materials, its replacement with concrete units of specified strength and retesting shall be borne by Contractor. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery: Deliver and unload masonry units at the job site on pallets and bound so as to prevent damage in conformance with Subsections 4-1 of the Standard Specifications. B. Storage: 1. Store materials under cover in a dry place and in a manner to prevent damage or intrusion of foreign matter in conformance with Subsections 4-1 of the Standard Specifications. 2. Store concrete masonry units under covers that will permit circulation of air and prevent excessive moisture absorption. 3. Store cement and lime in watertight sheds with elevated floors. C. Protection: 1. Protect against wetting prior to use. 2. Protect reinforcements from the elements. 3. During freezing weather protect all masonry units with tarpaulins or other suitable material. 1.07 FINAL ACCEPTANCE A. Review: Hold in conjunction with the final review of all landscape walls and paving. B. Completion: Work will be accepted by Owner upon satisfactory completion of all concrete unit masonry work. SP 87 OF 168 C. Responsibility: Upon Final Acceptance, Owner will assume responsibility for maintenance of the work. Said assumption does not relieve Contractor of obligations under Warranty. 1.08 WARRANTY A. Defects: In addition to manufacturer's guarantees or warranties, all work shall be warranted in writing against defects in materials and workmanship by Contractor. B. Damage: Warranty shall also cover repair of damage to all parts of the premises resulting from defects in materials and workmanship to the satisfaction of the City Engineer. PART 2 -PRODUCTS 2.01 GENERAL: All products shall conform to the requirements of Subsection 2.02- 2.1 of the Standard Specifications and as contained herein. 2.02 CONCRETE UNIT MASONRY UNITS A. Description: ASTM C90 Type I Grade N Hollow, load-bearing units. B. Size: As shown on the details. C. Moisture Content at Time of Delivery and Use: 35% or less of total absorption for normal weight concrete units. D. Shrinkage: Maximum linear shrinkage from saturated to oven -dry condition shall not exceed 0.06% per ASTM C426. E. Minimum Tensile Strength: 125 psi. F. Aggregates: ASTM C33. 2.03 PORTLAND CEMENT: ASTM C150, Type I, not containing more than 0.60% of water soluble alkali. 2.04 LIME A. Hydrated Lime: ASTM C207 Type "S". B. Quicklime: ASTM C5. 2.05 LIME PUTTY A. Type: A stiff mixture of lime and water, kept moist until used. B. Quicklime Putty: Slake and allow soaking at least 24 -hours before using. Putty made from Type "S" hydrated lime may be used immediately after mixing. 2.06 MORTAR AGGREGATE: ASTM C144. 2.07 GROUT AGGREGATE: ASTM C404. 2.08 REINFORCEMENTS: ASTM A615, Grade 40, deformed billet -steel bars. 2.09 WATER A. Clean, potable, concrete mixing water free from injurious amounts of salts, oils, acids, alkalis, organic materials or other deleterious matter. B. Provided and paid for by Contractor. Transport as required. 2.10 PORTLAND CEMENT MORTAR MIX A. Type: ASTM C270. Type "S". B. Minimum Average Compressive Strength: 3,000 psi at 28 days. 2.11 GROUT MIX: ASTM C476, Type "PL". A. Admixture: Type that reduces early water loss to the masonry units and produces an expansive action in the plastic grout sufficient to offset initial shrinkage and promote bonding of the grout to all interior surfaces of the masonry units. B. Proportions: 1. One (1) part Portland Cement to not more than three (3) parts of concrete sand and not less than 1.5 parts nor more than two (2) parts of pea gravel based on dry loose volume. 2. When proportioned by weight the grout mix shall contain not less than 6.3 sacks of Portland cement per yard if an approved admixture is used and 7.9 sacks per yard without admixture. PART 3 - EXECUTION 3.01 GENERAL: Perform all work in conformance with Subsections 303-1 and 303-4 of the Standard Specifications and as contained herein. A. Condition: Lay only cured, dry masonry units. B. Cleaning: Thoroughly clean all masonry units of dirt and other materials prior to laying up in walls. C. Cutting: SP 89 OF 168 1. Make all cuts with sharp masonry saw. All cuts to be clean, sharp and regular. 2. Cutting of all units exposed in finished work shall be done with an approved type of power masonry saw. 3. Built-in Work: Where electric conduit, outlet and switch boxes and plumbing ducts and pipes occur, grind and cut units before building -in services. 4. Proper masonry units shall be used to provide for all bond beams, etc., with a minimum of unit cutting. D. Temperature: Do not place concrete masonry units when air temperature is below 40 degrees F. 3.02 LAYOUT A. Set units plumb and true to line, with accurately spaced, level horizontal joints, (except where noted on Drawings). B. Lay units in (stack bond pattern with vertical joints aligned) ("running bond" pattern with vertical joints of alternate courses aligned and centered on intermediate course.) 3.03 MORTARING A. General: Lay hollow concrete masonry units with full mortar coverage on horizontal and vertical face shells except that webs shall also be bedded in mortar. All courses shall be filled with grout. B. Corrections: 1. Adjust masonry unit to final position while mortar is soft and plastic. 2. If units are displaced after mortar has stiffened, remove units, clean joints and units of all mortar and relay with fresh mortar. C. Partially -Set Masonry: 1. When joining fresh masonry to set or partially set masonry construction, clean exposed surface of set masonry and remove loose mortar prior to laying fresh mortar. 2. Do not use toothing to join new masonry to set or partially set masonry when continuing a horizontal run. 3.04 JOINTING A. General: Make all joints uniform, approximately %-inch thick. B. Sub -grade Joints: Point tight with a trowel all masonry joints. SP 90 OF 168 C. Unexposed Joints: Cut flush all joints in surfaces to be plastered, or covered with other masonry. A. Horizontal Bars: Lay in horizontal joint of concrete masonry unit where indicated. Provide straight bars except for bends around corners or where bends or hooks are shown on the Drawings. B. Vertical Bars: Hold in position at top and bottom and at intervals not exceeding 192 diameters of the reinforcement. C. Bonding: Bond each course of all units at corners in a masonry bond and at intersections with reinforcement spaced vertically not exceeding 24 - inches. D. Foundation Dowels: 1. Do not bend over where foundation dowels do not line up with the vertical core to be reinforced. 2. Grout into a core in direct vertical alignment, even though it is in an adjacent cell to the vertical wall reinforcing. E. Splicing: Lap reinforcing steel 40 bar diameters minimum (within building walls and foundations). 3.06 CONSTRUCTION A. Vertical Cells: Construct all reinforced concrete unit masonry so as to preserve the unobstructed vertical continuity of the cells to be filled. Provide full mortar bedding of walls and cross webs forming such cells prevent leakage of grout. B. Head (or end) Joints: Solidly fill with mortar for a distance in from the face of the wall or unit not less than the thickness of the longitudinal face shells. Provide bond by lapping units in successive vertical courses. C. Vertical Cells to be Filled: Provide sufficient vertical alignment to maintain a clear, unobstructed continuous vertical cell measuring not less than two (2) inch x three (3) inch. D. Cleanout Openings: 1. Provide at the bottoms of all cells to be filled at each lift or pour of grout where such lift or pour of grout is in excess of four (4) feet in height. SP 91 OF 168 2. Remove all overhanging mortar or other obstruction or debris from the inside of cell walls. Seal all cleanouts before grouting and after review. 3.07 GROUTING A. Vertical Cells: Fill solidly with grout in lifts not exceeding eight (8) feet in height. B. Reinforcing Steel: Install and request review before grouting starts. C. Bolts and Anchors: Solidly grout in place. D. Interruption of Work: When the grouting is stopped for one (1) hour or longer, form horizontal construction joints by stopping the pour of grout 1- '/2 -inch below the top of the uppermost unit. 3.08 CURING AND PROTECTION A. General: In windy areas and where the atmosphere is dry, dampen surface of the wall with a light fog spray during a three (3) day curing period for the mortar. B. Excessive Watering: After the wall is constructed, do not saturate with water for curing or any other purposes. 'C. Cold Weather Protection: 1. Temperature: Protect masonry construction during curing when temperature falls below 45 degrees F. 2. Contractor's Option: Use heat sources, wind breaks and insulating blankets or enclosures as required to maintain masonry construction at a temperature of 32 degrees F. for 24 hours after completion of work. 3.09 POINTING AND CLEANING A. General: 1. Point all holes in exposed masonry. Cut out defective joints and re - point with mortar. 2. Thoroughly clean all exposed masonry. 3. Do not fill weep holes. B. Cleaning: 1. Sample Area: Before applying any cleaning agent to the entire wall, it shall be applied to a sample wall area of approximately 20 sq. ft. in an approved location. SP 92 OF 168 2. Approval: Do not proceed with further cleaning until the sample area has been approved, after which time the same cleaning materials and method shall be used on the remaining wall area. 3. Exceptions: Do not use acid solutions, metal cleaning tools or abrasive powders for cleaning concrete masonry units. 4. Green Efflorescence: Remove in accordance with the unit masonry product manufacturer's current printed instructions. 5. Loose Mortar and Stains: Clean off and remove from all concrete masonry units. C. Dry Brush: After mortar has set and at end of each day's work, dry brush masonry surface. Repeat dry brushing after final pointing. 3.10 CLEAN-UP A. Keep all areas of work clean, neat and orderly at all times in conformance with Subsection 7-8 of the Standard Specifications. B. Upon completion of work, remove off the site all surplus materials, tools, equipment, rubbish and debris resulting from the work in conformance with Subsection 7-8 of the Standard Specifications. Do not permit concrete wash-out residue to accumulate on adjacent paving, or in landscaped areas. ADDITIONAL SPECIAL PROVISIONS TO SECTION 303 — STONE PAVING PART 1 - GENERAL 1.01 REFERENCES A. American Society for Testing and Materials (ASTM) C91 - Specification for Masonry Cement. C144 - Specification for Aggregate for Masonry Mortar. C207 - Specification for Hydrated Lime for Masonry Purposes. B. International Masonry Industry All -Weather Council (IMIAC). 1.02 QUALITY ASSURANCE Standard of Workmanship For requirements regarding product data, see Section 01300 "Submittals". 1.03 DELIVERY. STORAGE AND HANDLING A. For shipping and handling of limestone, including storage at the site, comply with the ILI reference specification. SP 93 OF 168 B. Store stone clear of the ground on non -staining skids (cypress, white pine, poplar, or yellow pine without an excessive amount of resin). Do not use chemically treated wood or chestnut, walnut, oak, certain firs and other woods containing tannin. C. Cover stone with waterproof paper, clean canvas or polyethylene to protect against disfiguring elements. D. Deliver mortar materials to the Project site in their original unopened containers bearing label identifying manufacturer's name and brand, and store under cover in a dry place to prevent absorption of water and intrusion of foreign matter. 1.04 PROJECT CONDITIONS Do not set stone with mortar when the ambient temperature is below 4 degrees C (40 degrees F), unless approved by the Architect. Below 4 degrees C (40 degrees F), comply with the IMIAC Guide Specifications, except use no additives in the setting mortar and, below 7 degrees C (20 degrees F), do all Work in heated enclosures. IVTA00VAMW0911111Al160 2.01 MATERIALS A. Limestone 1. Desert Bronze Stone from KRC Rock 2. Color, texture and finish: within the range of approved Samples. B. Mortar Materials 1. Setting Mortar: one (1) part non -staining cement, one (1) part hydrated lime and six (6) parts sand. 2. Pointing Mortar: same composition as setting mortar, except provide cement and sand so that mortar color will match approved color submittal. Mortar colors: lime -proof and alkali -proof mineral oxides, but use no more coloring than 15 %of cement weight. Sand: pass a no. 16 sieve. 3. Non -staining Cement: waterproof cement as manufactured by Universal Atlas Cement Division of United States Steel Corp. or Medusa Portland Cement Co., complying with ASTM C91. 4. Sand: clean, sharp and non -staining, and comply with ASTM C144. 5. Water: clean and non -alkaline. 6. Lime: hydrated lime, Type S, complying with ASTM C207. C. Pre -molded Joint Filler SP 94 OF 168 Closed cell expanded polyethylene, shape as indicated. 2.02 FABRICATION A. General 1. Fabricate stone in accordance with approved Plan Drawings. 2. Fabrication, including variation in dimensions, flatness tolerances, and incidental cutting and drilling, shall comply with the ILI reference specification. B. Beds and Joints 1. Unless otherwise indicated, fabricate beds and joints 10 mm (%-inch with a tolerance of plus -or -minus 1.6 mm (1/16 -inch). 2. Cut beds and sawn joints full square back from the face. Fabricate stone with jointing as indicated and exposed arises slightly blunted. Fabricate stones resting on structural work with beds shaped to fit the supports as required. C. Backs and Pieces 1. Sawn or roughly dressed to approximately true planes. Maximum variation in thickness from that indicated: %-inch on pieces less than three (3) inches thick or 1/2 -inch on thicker pieces. Remove rust stains and iron particles from sawn backs. 2. Where shown on approved Shop Drawings, back pieces off to clear structural members or other obstructions. 3. Mark setting number on the back of each piece with non -staining paint. IM-Al0 iiMI11107x0149Is] ►I 3.01 PREPARATION Protect this Work and adjacent construction against damage during progress of the Work until completion of the Project. 3.02 INSTALLATION A. Cutting and Fitting Cut and fit stone as required by unforeseen job site conditions. B. General 1. Employ competent stone setters to set stone accurately in accordance with approved setting drawings. 2. Set stone work with setting mortar, joints raked and filled with pointing mortar except at coping joints and where expansion or control joints SP 95 OF 168 are indicated. Leave expansion and control joints open to accept sealant with backer rods. 3. When necessary, before setting in the wall, thoroughly clean stones on exposed surfaces by washing with brush and soap powder, followed by a thorough drenching with clear water. 4. Where mortar setting bed is indicated, drench stones not thoroughly wet with clear water just prior to setting. 5. Furnish and install all required stone support and anchorage devices on the structural steel framework provided for exterior stone. 3.03 PATCHING At the discretion of the Landscape Architect, minor patching of stone work will be permitted where patch will be permanent and will not detract from the appearance of the Work. Major patching will not be permitted. 3.04 CLEANING Wash stone with fiber brush, soap powder, and clean water or by approved mechanical cleaning process SECTION 304 - METAL FABRICATION AND CONSTRUCTION CHAINLINK FENCE AND GATES I9G1:ifiweT: III: Iat; 1I 1.01 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: Fence framework, fabric, and accessories Excavation for post bases Concrete anchorage for posts Swing gates and related hardware C. Related Work in Other Sections: Concrete and Masonry Construction - Section 303 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of SP 96 OF 168 Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. B. Applicable Standards:: All references to the Standards as described below shall mean the current or latest editions: • "Standard Specifications" - Standard Specifications for Public Works Construction • "UBC" - Uniform Building Code • "ASTM" - American Society for Testing and Materials. • "DIS" - Division of Industrial Safety. • ANSI/ASTM A123 - Zinc (Hot Galvanized) Coatings of Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars and Strips. • ANSI/ASTM F567 - Installation of Fence. • ASTM F668-99Aa — Poly Vinyl Chloride (PVC) and Other Organic Polymer -Coated Steel Chain Link Fence Fabric. • ASTM A120 - Pipe, Steel, Black and Hot -dipped Zinc -coated (Galvanized) Welded and Seamless, for Ordinary Uses. • FS RR -F-191 - Fencing, Wire and Post, Metal. C. Manufacturer: Secure Technology, Inc., 23016 Del Lago Drive, Suite A, Laguna Hills, CA 92653, (949) 707-4270. D. Installation: ANSI/ASTM F567. 1.03 SUBMITTALS A. Product Data: Submit six (6) copies of manufacturers' latest catalog cuts, shop drawings and specifications for backstop, dugouts, gates, footing, pitching tunnels and fencing. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle all products in a manner to prevent damage and deterioration in conformance with Subsections 4-1 of the Standard Specifications. PART 2 -PRODUCTS 2.01 GENERAL: All products shall conform to the requirements of Subsection 206-6 of the Standard Specifications and as contained herein. 2.02 ACCEPTABLE MANUFACTURER A. Master Halco, Inc. B. Secure Technology, Inc. 1►��x��a►us] 01111i•r-A Arav_I16-1 SP 97 OF 168 A. Framework: ASTM A120; Schedule 40 steel pipe, standard weight, prepared with zinc substrate to receive PVC coat color coating 6 to 10 mils thick, welded joints permitted. B. Fabric: Chain link conforming to ASTM designation F668 -99a, class 1, 2a or 2b (Standard specification for polyvinyl chloride (PVC) coated steel chain link fence fabric). Fabric shall be color matched with framework materials. Fabric 60 -inches and under shall be knuckled at both selvages. 2.04 COMPONENTS A. Line Posts: PVC coat finish pipe- 2.375 -inch diameter min. (refer to plans). B. Corner and Terminal Posts: PVC coated pipe — 2.875 -inch diameter min. (refer to plans). C. Gate Posts: PVC coat finish pipe — 3.5 -inch" diameter min. (refer to plans) D. Top and Brace Rail: plain end, sleeve coupled PVCcoat finish pipe -1.90- inch diameter min. (refer to plans). E. Gate Frame: PVC coated steel pipe for welded fabrication - 1.90 - inch diameter min. (refer to plans). Latching device is to be shown on shop drawings. F. Fabric: Two (2) inch diamond mesh PVC coated, interwoven, 9 gauge top and bottom selvages knuckled and closed. G. Caps: PVC coated steel; sized to post dimension, set screw retained. H. Fittings: Sleeves, bands, clips, rail ends, tension bars, fasteners and fittings: Steel. PVC coated or painted to match posts. Tension Wire: 9 gauge thick PVC coated steel, single strand. J. Gate Hardware: Fork type latch with gravity drop and hardware for padlock. Shown on fence shop drawings. 2.05 FINISHES A. Pipe: PVC finish, color per plans. B. Fabric: PVC finish, same color as framing. SP 98 OF 168 C. Accessories: Same finish as framing. Certain components not adaptable to the herein specified coating process may be color coated to match by other means. 2.06 CONCRETE MIX A. Concrete: As specified in "Site Concrete" of these Special Provisions. PART 3 - EXECUTION 3.01 GENERAL: Perform all work in conformance with Subsection 304-3 of the Standard Specifications and as contained herein. K] [JyMur;�raI W_�r[•Ja A. Prepare concrete footings for line and corner posts minimum three (3) feet deep (unless otherwise shown on the plans). B. Install framework, fabric, accessories and gates in accordance with ANSI/ASTM F567. C. Provide fence of height indicated on Drawings. D. Space line posts at intervals not exceeding ten (10) feet. E. Set gate and posts plumb, in concrete footings with top of footing held back for mow strips per plan details. F. Provide top rail through line post tops and splice with seven (7) inch (175 mm) long rail sleeves. G. Brace each gate and corner post back to adjacent line post with horizontal center brace rail. Install brace rail, one bay from end and gate posts. H. Install center and bottom brace rail on corner and gate leaves. Stretch fabric between terminal posts or at intervals of 100 -feet (30 m) maximum, whichever is less. J. Position bottom of fabric two (2) inches above finished grade. K. Fasten fabric to top rail, line posts, braces, and bottom tension wire with wire ties maximum 15 -inches (380 mm) on centers. L. Attach fabric to end, corner, and gate posts with tension bars and tension bar clips. M. Install bottom tension wire stretches taut between terminal posts. 1. Install gates with fabric to match fence. SP 99 OF 168 O. Repair any scratches, blisters, mars or voids and color match finish. 3.03 CLEAN UP A. Keep all areas of work clean, neat and orderly at all times in conformance with Subsection 7-8 of the Standard Specifications. B. Upon completion of work, remove off the site all surplus materials, containers, tools, equipment, rubbish and debris resulting from the work in conformance with Subsection 7-8 of the Standard Specifications. HANDRAILS AND RAILINGS PART 1 -GENERAL 1.01 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, which contain information and requirements that apply to this Section. B. Work Included: Field measurement Provide handrails and railings Sleeves and grout Surface preparation and finish C. Related Work in Other Sections: Site Concrete - Section 03310 Site Carpentry - Section 06125 Exterior Painting - Section 09910 D. Work Under Another Contract: 1.02 QUALITY ASSURANCE A. Applicable Standards: Apply the current or latest editions of the standards described below: • "AWS" - "Code for Arc and Gas Welding in Building Construction" of American Welding Society, AWS D1.0 • "AA" - Aluminum Association • "ASTM" - American Society for Testing and Materials • "SSPS" - "Near White Blast Cleaning"; Steel Structures Painting Council. SP 100 OF 168 • "UBC" - Uniform Building Code B. Field Measurement: Make all field measurements as required prior to fabrication and installation. C. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordination installation. 1.03 SUBMITTALS A. Samples: Submit prior to delivery to site. Attach product name, address of manufacturer and/or supplier to each sample. B. Product Data: Manufacturers' current catalog cuts, data sheets, and complete shop drawings. 1. Handrails: One (1); 18 -inch long with bend return and one (1) butt - end joint for each type. 2. Color: Two (2) for each type and color. C. Test Report: One (1) copy to be sent by testing laboratory directly to Landscape Architect. D. Shop Drawings: 1. Verification: Verify all measurements at the job. Show dimensions, sizes, thicknesses, gauges, finishes, joining, attachments, and relationship of work to adjoining construction. Where items must fit and coordinate with finished surfaces and/or constructed spaces, take measurements at site and not from drawings. 2. Coordination: Where concrete, masonry or other materials must be set to exact locations to receive work, furnish assistance and direction necessary to permit other trades to properly locate their work. 3. Welded Connectors, Concrete, or Masonry Inserts: Where required to receive work, show exact locations and furnish all such Drawings to the trades responsible for installing the connectors or inserts. 4. Catalogue Work Sheets: Show illustrated cuts of item to be furnished, scaled details and dimensions. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery: Deliver fabricated units and components completely identified per shop drawings. Protect surfaces from damage during shipping. Inspect work for damage upon delivery to site. No materials with defects or scratches on exposed finishes will be accepted. SP 101 OF 168 B. Protection: Protect work at site from damage and from weather until installed and all work has been accepted. C. Replacement: Replace all damaged work at no cost to Owner. 1.05 JOB CONDITIONS A. Examine the conditions in which the work is to be installed. B. Do not proceed with the work until unsatisfactory conditions have been corrected. i KIR I KK•Z•] Elf] 10 FG11 11111130 01 A. Templates and Built-ins: Furnish all anchors, fastenings, sleeves, setting templates and layouts affecting or installed in the work of other trades. B. Delivery: Where items must be incorporated or built into adjacent work, deliver to trade responsible for such work in sufficient time that progress of work is not delayed. Be responsible for proper location of such items. PART 2 -PRODUCTS 2.01 BASIC MATERIALS AND ACCESSORIES A. Steel Tubing: ASTM A500, cold -formed, Grade A or B, welded or seamless. (ASTM A501, hot -formed, seamless tubing) B. Steel Pipe: ASTM A53, Type E or S, (Grade A) (Grade B) (ASTM 120, Schedule 40) (Schedule 80 for bollards) "Tubing is specified as O.D. and pipe as I.D. C. Steel (Plate) (Shape) (Bar): ASTM A36. (ASTM A306, Grade 65) D. Stainless Steel: (Republic Steel Corporations "Enduro 18-8") (American Rolling Mills "Armco Type 302") E. Aluminum: Extruded or bent, if an alloy suitable for the use intended. F. Fastenings: All bolts, nuts, screws, clips, washers, and any other fastenings necessary for proper erection of items specified herein. 1. Ferrous Metal: Stainless steel or galvanized 2. Other Metals: Zinc -coated or cadmium -plated for exterior use SP 102 OF 168 G. Concrete Inserts: ASTM A47 malleable iron or ASTM A27 cast steel, threaded or wedge type, galvanized ferrous castings. Provide ASTM All 53 hot -dipped galvanized bolts, washers and shims as required. H. Welding Electrodes: AWS Code D1.0. 2.02 SPECIALLY FABRICATED PRODUCTS A. Ferrous Railings: 1. Bar Railings: Mild steel with all connections welded. 2. Pipe Railings: I.P.S. unless otherwise noted. Fabricate in largest sections practicable. Weld all shop joints. Conceal all field joints with sleeves and pins. 2.03 FINISHES A. Galvanizing: ASTM Al 23, Hot -dip galvanizing B. Paints: See Section 09910 -Exterior Painting C. Primer: Federal Specification TT -P-86, Type II, (red lead/alkyd type) or TT -P-645 (zinc chromate type) D. Primer: 1. Type: Galvanized metal wash primer - one (1) coat 2. Manufacturer. (Koppers 40 "Passivator".by Koppers of Commerce, CA 90040. Telephone: (213) 725-8666.) (Tnemec "Tnemec 32- 1210 Vinoline") 3. Minimum Dry Thickness: 0.5 mil, one (1) coat 4. Color: To be selected by Landscape Architect E. Finish Coats: 1. Type: Glass alkyl enamel - two (2) coats 2. Manufacturer: (Koppers "Glamortex 501") (Tnemec "Tnemec- Gloss") or approved equal 3. Minimum Dry Thickness: 1.5 mil per coat 4. Color(s): As shown 2.04 GROUT: Non -shrinking Master Builder's "Embeco", Conrad Sovig's "Metal-Mxs Grout", Sonneborn's "Ferrolith G Redi-Mixed Grout", Upco's "Upcon", or equal. PART 3 - EXECUTION 3.01 CONDITION OF SURFACE A. Inspect all surfaces to receive (handrails) and (railings) and report all defects which would interfere with this installation. SP 103 OF 168 B. Starting work implies acceptance of surfaces as satisfactory. t<x051111111111ya:1euN_II00041 A. Fabricate all items in the shop and erected in the field by workmen specifically skilled in such work. B. Provide all surfaces free of file marks, dents, hammer marks, wire edges or any unsightly surface defects. 3.03 WORKMANSHIP A. Layout: Set all work plumb, true, rigid, and neatly trimmed out. Miter corners and angles of exposed moldings and frames unless otherwise noted. B. Fitting: Fit exposed connections accurately together to form tight hairline joints. 3.04 ATTACHMENTS A. Do all cutting, shearing, drilling, punching, threading, tapping, etc., required for site metalwork or for attachment of adjacent work. Drill or punch holes; do not use cutting torch. Shearing and punching shall leave true lines and surfaces. B. Set all railings and similar items shown or required to be set in sleeves or cans with molten lead or quick setting non -shrink anchor cement. Unless otherwise noted, size sleeves for approximately '/<-inch clearance all around. 3.05 FASTENERS A. Provide all lugs, clips, anchors, and miscellaneous fastenings necessary for the complete assembly and installation. B. Conceal all fastenings where practicable. Thickness of metal and details of assembly and supports shall give ample strength and stiffness. Form joints exposed to weather to exclude water. 3.06 OTHER CONNECTORS A. Make all permanent connections in ferrous metal surfaces using welds where at all possible. 1. Do not use bolts or screws where they can be avoided. SP 104 OF 168 3.07 WELDING A. Standards: 1. AWS Code D1.0. (ASTM A36 for structural steel.) 2. Welding only by operators experienced in the type of work indicated. B. Preparation: Remove all rust, paint, scale and other foreign matter. Wire - brush all flame -cut edges. Clamp members as required and alternate welds, all as necessary to prevent warping or misalignment. C. Exposed Welds: Uniformly make and ground smooth all welds normally exposed to view in the finished work. D. Galvanized Units: Do not weld after fabrication. E. Faulty and Defective Welding: Chip out and replace all welding showing cracks, slag inclusion, lack of fusion, bad undercut or other defects ascertained by visual or other means of inspection. Replace and re -weld at no cost to Owner. F. Field Welding: 1. Procedure: Comply with AWS code of manual shielded metal -arc welding, appearance and quality of welds made, and methods used in correcting welding work. 2. Protection: Protect all adjacent surfaces from damage due to weld sparks, spatter, or tramp metal. 3.08 BOLTED, SCREWED, AND RIVETED CONNECTIONS A. Bolts: Use bolts for field connections only and as detailed on Drawings. Provide washers under all heads and nuts bearing on (wood). Draw all nuts tight and nick threads of permanent connections to prevent loosening. Use beveled washers where bearing is on sloped surfaces. B. Screws: For permanent connections (in ferrous metal), use flat head type, countersunk, with screw slots filled and finished smooth and flush. C. Rivets: Machine drive tight, all rivets, with heads centered, countersunk, and finished flush and smooth. 3.09 SURFACE TREATMENT AND PROTECTIVE COATINGS A. Cleaning: 1. Thoroughly clean all mill scale, rust, dirt, grease and other foreign matter from ferrous metal prior to any galvanizing, (hot phosphate treatment) or painting. SP 105 OF 168 2. Conditions which are too severe to be removed by hand cleaning methods, shall be cleaned per SSPC "Surface Preparation Specifications", "Solvent Cleaning, SSPC SP -1"; "Power Tool Cleaning, SSPC-SP"; or "Brush -Off Blast Cleaning, SSPC-SP", as required. B. Exterior Ferrous Metal: 1. Grind smooth all welds, burrs, and rough surfaces. Clean and hot - phosphate treat completed assembly. Hot phosphate treatment not required on items which are not exposed in the finish work or on those items where size prohibits such treatment. 2. Indicate on shop drawings where treatment is proposed to be omitted, if any. 3.10 PAINTING A. Prime Coat: After material has been properly cleaned and treated, immediately apply one (1) shop prime coat to all surfaces except galvanized finished, those to be field welded, and those encased in concrete or masonry. Apply all paint per manufacturer's current printed instructions. Spot paint all abrasions and field connections after assembly. Dry shop coats prior to shipment to job site. B. Finish Coat(s): Apply (two (2) coats) per manufacturer's current printed instructions. May be shop applied where applicable. 3.11 TOUCH-UP AND PROTECTION A. Touch-up: Immediately after erection, clean field welds, bolted connections and abraded areas of shop paint. Paint exposed areas with same material to same dry -film thickness as used for shop painting. B. Protection: Protect the work from all damage or discoloration until acceptance of work. 3.12 CLEAN-UP A. Keep all areas of work clean, neat and orderly at all times. Keep paved areas clean during installation. B. Clean up and remove all debris from the entire work prior to Final Acceptance to satisfaction of Landscape Architect. SECTION 304 - METAL FABRICATION AND CONSTRUCTION PART 1 -GENERAL SP 106 OF 168 1.01 SCOPE: Work in this section includes, but is not limited to Miscellaneous Metal work as shown on the Drawings, and items fabricated from steel and iron shapes, bars, strips, plates, pipes, tubes and castings, etc., which are not a part of other metal systems in other sections of the Specifications. 1.02 GENERAL: Provide shop drawings for all Work under this Section. PART 2 -PRODUCTS 2.01 MATERIALS A. All steel shapes shall conform to ASTM A36. All galvanizing shall conform to ASTM A123. All screws, nuts, and bolts shall conform to ASTM A307, Grade A. B. Metal ladders shall comply with all OSHA requirements. C. All metal shall be fabricated and primed in the shop with two (2) coats of primer required by painting section and delivered to the site complete with all brackets, etc. necessary for mounting. D. All exposed metal fabrications and connections shall be finished by treatment of the metal so that the metal has an abused metal finish. These metal items shall be constructed with special techniques that are described as architectural quality. E. All exposed metal fabrications connections shall be abused metal architectural quality. 2.02 All steel to be galvanized, metalized or zinc coated. PART 3 - EXECUTION 3.01 EXECUTION A. All parts and welds exposed to view shall be ground and filed smooth leaving surfaces free of fabrication marks. B. No field welding, cutting, or drilling to occur without authorization of Engineer. C. If permits item B above then the Contractor is required to finish per painting section and prime all surfaces with three (3) coats of primer and sand smooth for painting. D. Separate all metal adjacent to plaster or masonry with neoprene or other approved gasket. SP 107 OF 168 SECTION 305 - PILE DRIVING AND TIMBER CONSTRUCTION ROUGH CARPENTRY PART 1 -GENERAL 1.01 SUMMARY A. Provide the work specified herein consisting of wood framing, wood roof, miscellaneous furring for walls and ceiling finishes, miscellaneous blocking, nails, bolts, screws, framing anchors and other rough hardware and needs for construction as indicated on the drawings for complete and proper installation. B. Related Requirements: The general provisions of the contract documents. 1.02 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Concrete form work 1.03 QUALITY ASSURANCE A. Use adequate numbers of skilled personnel who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section. B. Provide lumber with visible grade stamp of an approved agency certified by NFPA. 1.04 REFERENCE STANDARDS A. Title 24, Part 2, C.B.C., Chapter 23, 1995 C.B.C. Chapter 23 (1994 U.B.C./with California Amendments). B. PS 20 - American Softwood Lumber Standard. C. NFPA - National Forest Products Association, National Design Specifications for Wood Construction, 1991 Edition and Supplement. D. Western Lumber Grading Rules (in conformance with PS20-94). 1.05. STORING AND HANDLING A. Deliver and store materials at job site in a safe area, out of traffic and shored up off ground surface. SP 108 OF 168 B. Identify framing lumber by grades and store grades separately from each other. C. Protect products with adequate waterproofing. D. Exercise care in off-loading lumber to prevent damages splitting and breaking. 1.06 SEASONING A. Deliver materials at earliest date possible to allow maximum drying time on site. B. Pile and strip lumber at site to allow free circulation of air with pile protected from sun and moisture. C. Air -season all lumber for at least 60 -days before covering with finish materials. PART 2 -PRODUCTS A. PS 20 and Western Lumber Grading Rules (9-1-91); Douglas fir; graded in accordance with NFPA Grading Rules; maximum moisture content of 19 %, and as scheduled on drawings. B. Plywood for roof, walls, and floor sheathing: PS -1-83 Structural 1 grade, APA C -D, exterior glue, except B -D for electrical and telephone panels. Do not use any sheet less than eight (8) square feet, nor less than two (2) feet in any dimension. C. Comply with UBC 2314A.3. 2.02 ACCESSORY MATERIALS A. Nails, Spikes, and staples: Common (with standard lengths), except as otherwise indicated, galvanized for exterior locations, high humidity within conditioned spaces, and treated wood: plain finish for other interior locations; size and type to suit application. B. Steel hardware and stock framing connectors: ASTM A36 steel, galvanized for exterior applications, Simpson, or other approved manufacturer. Title 24, Sec. 2325A. Use of manufactured connectors other than specific brand and catalog no. shown on plans requires D.S.A. approval. SP 109 OF 168 C. Lag bolts washers and wood screws: ASTM 446 Grade A. ��i�F.Ta.7Ra.T.7fit Tii:�►,►F��if /7IAC�i_F.'lIJiI_V-11YA E. Wood preservative: Wolmanizing treatment at least two (2) weeks prior to delivery to site. F. Pressure treatment: Sills and plates in contact with concrete or masonry, and within 48 -inches of ground are to be pressure treated, per Title 24, Part 2, Section 2501(a) 3. PART 3 - EXECUTION 3.01 SELECTION OF LUMBER A. Carefully select all members. Ensure that exposed members are free of heart center. Select members so that knots and obvious defects will not interfere with placement of bolts, proper nailing or making proper connections, and not impair achievement of proper finished appearances where to be exposed. B. Cut out and discard defects which will render a piece unable to serve its intended function. Lumber may be rejected by architect, whether or not it has been installed, for excessive warp, twist, bow, crook, mildew, fungus, or mold, as well as for improper cutting and fitting. 3.02 GENERAL FRAMING A. In addition to framing operations normal to fabrication and erection indicated on drawings. Install all wood backing required for other work of other trades, and for casework, chalkboards, toilet partitions, etc. as required. B. Set all horizontal and sloped members with crown up. C. Non-bearing, non -shear stud walls, sills, and trimmers may be anchored to concrete with shot pins. Use bolts set in concrete when edge distance at concrete is less than three (3) inches. No shot pins permitted at curb conditions. D. All wall and partition studs and mullions shall be continuous from sill to plates. Run at least two (2) studs on each side of openings in stud walls for openings in exterior walls and in partition openings larger than six (6) feet, and partitions from sill to plate. For additional details, see structural drawings. SP 110 OF 168 E. Double plates with all joints staggered and lapping at least four (4) feet, and splice. F. Install nailing blocks and backing necessary for attachment of grounds, finishes, trim, fixtures, and do all required cutting, furring, and backing for plumbing and heating pipes, fixtures, etc. G. Frame stud partitions, furring and walls containing fire cabinets, electric panels, plumbing, heating, or other pipes to give proper clearance. Cutting of studs in bearing partitions and shear walls is prohibited unless specifically detailed. H. Do not place pipes exceeding '/3 of plate width in partitions used as bearing or plywood sheathed walls, but place them in furring completely clear of studs, unless detailed otherwise. Place approved piping in center of plates using neat hole. No notching is allowed. In no case allow pipes to pass through plates less than 5 -'/z -inches wide. Unless otherwise indicated, provide two (2) inch x six (6) inch studs at 16 - inches on centers. J. Provide cross -bridging at eight (8) feet on centers maximum for all joists and rafters more than eight (8) inches (four (4) inches @ floor joists) depth. Use two (2) inch x three (3) inch wood or approved metal type bridging. K. Provide one (1) inch x six (6) inch let -in bracing (at approximately 45 degrees) every 25 -feet in all stud walls not sheathed. Run continuous from top plate to sill plate. (Optional; for alignment purposes only). L. Provide all isolated posts with connections at top and bottom; Simpson CC caps or CB base unless specifically detailed otherwise. M. Double joist under parallel partitions with solid blocking between joist over all points of support. N. Provide a 1/16 -inch thick galvanized sheet steel base plate for all untreated wood posts where they are or will be in contact with concrete. O. Do not cut or notch wood members unless specifically detailed on drawings. P. Retighten all bolts, lags, screws, etc., prior to closing -in. 3.03 FIRE STOPS A. Insure that no fire stop is less than two (2) inches thick and no less in width than enclosed space within partition. SP 111 OF 168 C. Provide stud wall and partitions with continuous rows of bridging or fire stops which will form a complete and effective separation in entire width of partitions, placed in such a manner that there will be no concealed air spaces greater than eight (8) feet in vertical dimension. Intermediate stops may be in line with opening headers. Provide furred space between stud walls and partitions with continuous fire stops at same elevation as those in the enclosing walls which must be installed horizontally, thus forming a solid stop from outside to outside of studs. At all concealed draft passages or shafts including furring spaces, insure that maximum dimension is no more than eight (8) feet. Fire -stop all partitions at all suspended ceilings. 3.04 BEARINGS A. Make bearings full unless shown otherwise. B. Finish bearing surfaces on which structural members are to rest so as to give sure and even support. Where framing members slope, cut or notch ends as required to give uniform bearing surface. 3.05 SHIMMING A. Do not shim any framing member except where specifically shown or required by drawings. 3.06 BLOCKING A. Install blocking required to support all items of finish and to cut off all concealed draft openings, both vertical and horizontal, between ceiling and floor. B. 2x full depth solid blocking shall be placed between joist or rafters at all supports. 3.07 ALIGNMENT A. On all framing members to receive a finished surface, align finish sub- surface to vary not more than '/8 -inch from plane of surface of adjacent framing and furring members. A. Place all plywood with face grain perpendicular to supports and continuously over at least two (2) supports, except where otherwise detailed. B. Center joints accurately over support unless otherwise shown on drawings. SP 112 OF 168 C. Protect plywood from moisture until succeeding component or materials are installed to cover plywood. 3.09 FASTENING A. Use only common wire nails or spikes of standard lengths and gages as specified in Title 24, Part 2, 1995 C.B.C., Table 23A.1G (1994 UBC with California Amendment). B. For conditions not covered on drawings, provide penetration into piece receiving point not less than %-length of nail or spike, provided that 16d nails may be used to connect two pieces of two inch thickness. C. For bolts, drill holes 1/32 -inch larger in diameter than bolts being used. Drill straight and true from one side only. D. Bolt threads shall not bear on wood. Use washers under head and nut where both bear on wood. Use washers under all nuts. E. For lag screws, and wood screws, pre -bore holes same diameter as root of threads; enlarge holes for shank diameter for length of shank. F. Screw, do not drive, all lag screws and wood screws. G. Retighten bolts before closing. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION LANDSCAPE DRAINAGE PART 1 -GENERAL 1.01 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: Area drains in paving and planting Cleanouts in paving and planting Sub drainage pipes and fittings Filter fabrics and drainage stone C. Related Work in Other Sections: SP 113 OF 168 Earthwork - Section 300 Earthwork and Topsoil Placement - Subsection 308-2 Planting - Subsection 308-4 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. B Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: • "Standard Specifications" - Standard Specifications for Public Works Construction • "ASTM" - American Society for Testing and Materials. • "DIS" - Division of Industrial Safety. 1.03 SUBMITTALS A. Product Data: Submit manufacturers' latest catalog cuts and specifications for each specified product. B. Compatibility Tests: Tests required for compatibility of filter fabric with soil, refer to - "Soil Prep" of these Special Provisions. C. Test data: Submit all laboratory test data of all materials. D. Submittal Schedule: All products in this section which are required for submittal shall be included in one Division Two submittal package. 1.04 PROJECT CONDITIONS A. Protection of Existing Plants to Remain: See - "Site Demolition" of these Special Provisions and Subsections 7-9 and 300-1.1 of the Standard Specifications. B. Protection of Utilities: 1. Provide temporary support and protection of underground and surface utility structures, drains, services and other improvements noted to remain in conformance with Subsection 5-2 of the Standard Specifications. 2. Restore all damaged improvements to original condition at no additional cost to Owner in conformance with Subsection 7-9 of the Standard Specifications. SP 114 OF 168 1.05 PRODUCT STORAGE AND HANDLING A. Storage: Protect materials from damage, water and rust in conformance with Subsection 4-1 of the Standard Specifications. Store pipes on beds which are full length of pipe. Protect plastic materials from direct sunlight. B. Pipe: Cap openings against entry by foreign matter where required. C. Damaged Materials: Remove all damaged materials and replace at no expense to Owner in conformance with Subsection 7-9 of the Standard Specifications. ifffI:=K910]Zip] 1►/_'j1[0]L A. Concealed Work: Verify locations of existing stub -outs to receive landscape area drains. Verify and locate existing pipes and structures to be coordinated with landscape drainage work. B. Field Measurements: Establish lines and levels for each drainage system and coordinate with other systems to prevent conflicts and maintain proper clearances. C. Notification: Submit to City Engineer written notification of all discrepancies in the Drawings or existing conditions which preclude successful installation of landscape drainage work as specified. 1.07 FINAL ACCEPTANCE Final acceptance shall be in conformance with Subsection 6-8 of the Standard Specifications. A. Review Date: Make a written request for review for Final Acceptance at least five days in advance. B. Completion: Work will be accepted upon satisfactory completion of all landscape drainage work. C. Responsibility: Upon Final Acceptance, Owner will assume responsibility for maintenance of the work. PART 2 -PRODUCTS A. PVC Subsurface Drain Pipe: Perforated PVC pipe conforming to Subsection 207-17 of the Standard Specifications. SP 115 OF 168 B. Polyvinyl Chloride: 1. Type: ASTM D3034, SDR -35, solid and perforated, belled end, solvent weld. 2. Manufacturer. Johns -Manville Corporation, San Mateo, CA 94403. Telephone: (415) 349-9500 or accepted equal. 4. Fittings Manufacturer: Dura Plastic Products Inc. of Beaumont, CA 92223. Telephone: (714) 845-3161. FAX (714) 845-7644, or approved equal. C. A.B.S. Plastic: 1. Type: ASTM 2751, SDR -35, solid and perforated. 2. Joints: Belled ends, plain end with couplings; elastomeric with gaskets. 3. Manufacturer. Plastic Services and Products, Inc., Sun Valley, California 91352, Telephone: (818) 896-1101. 2.02 CLEANOUTS A. Planted Areas: 1. Type: PVC plug (MIPT) Schedule 80; four (4) inch. 2. Manufacturer. Lesco, Inc., Rocky River, Ohio. Telephone: (216)333-9250. 2.03 LARGE AREA DRAINS A. Unpaved Areas: 1. Type: Brooks catch basin, size per plan, with galvanized grate 2. Finish: Natural Concrete 3. Manufacturer: Brooks Products, Inc., EI Monte, California. Telephone: (818) 283-0637 or accepted equal. 2.04 SMALL AREA DRAINS A. Shrub Areas: 1. Type: Type: NDS atrium grate, size per plan 2. Manufacturer: Christy Concrete Products, Inc., Fremont, California. Telephone: (800) 486-6804 or accepted equal. 2.05 SAND BACKFILL: Fine granular material naturally produced by the disintegration of rock, sufficiently free of organic material, mica, loam, clay and other deleterious substances to be thoroughly suitable for pipe bedding in conformance with Subsection 306-1.2.1. SP 116 OF 168 2.06 SUBDRAINAGE MATERIALS A. Pipes and Fittings: See 2.01 (above). B. Filter Fabric: "Mirafi 500X", as manufactured by Mirafi, Inc. of Charlotte, NC 28224. Telephone: (1-800) 438-1855. C. Drainage Stone: %-inch to %-inch washed stone. Crushed stone is not acceptable. PART 3 - EXECUTION 3.01 GENERAL Perform all work in conformance with Subsection 306-1 of the Standard Specifications, and as supplemented herein. A. Existing Utilities: Where grade or alignment of pipe is obstructed by existing utility structures such as conduits, ducts or pipes, permanently support, relocate, remove or reconstruct the obstruction. B. Deviations: Make no deviations from specified line or grade without written acceptance of change by City Engineer. C Verification: Verify rim elevations of area drains relative to adjacent paving prior to beginning of work. 3.02 TRENCHING AND BACKFILLING A. General: Conform to Subsection 306-1 of the Standard Specifications and as supplemented herein. Hand trim excavations to required elevation. Do not over -excavate. (California only). For the purpose of shoring or bracing, a trench is defined as an excavation in which the depth is greater than five (5) feet. B. The Contractor shall provide and maintain at all times during construction ample means and devises to promptly remove and properly dispose of all water entering the excavations or other parts of the work. C. Removal of groundwater shall be performed to ensure a firm and stable sub -grade for the construction of structures. All costs for such dewatering shall be included in the prices bid for the various items of work except as may be otherwise provided for in the bid form. SP 117 OF 168 D. No concrete footing or floor shall be laid in water, nor shall water be allowed to rise over them until the concrete or mortar has set at least eight (8) hours. Water shall not be allowed to rise unequally against walls for a period of 28 -days. Dewatering for the structures and pipelines shall commence when ground water is first encountered and shall be continuous until such time as water can be allowed to rise in accordance with the above. Dewatering shall be accomplished by sump pumps or some other method which will insure a dry hole and preservation of final lines and grade of the bottoms of excavation, all subject to the approval of the Engineer. E. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor. Disposal methods shall conform to the Porter -Cologne Water Quality Control Act -1974, the Federal Water Pollution Control Act Amendments of 1972, and the California Administrative Code, Title 23, Chapter 3. F. All dewatering shall comply with the NPDES State Permit requirements. Should a separate discharge permit be required as part of dewatering operations, Contractor shall obtain permit per Section 1.01 B. of these specifications. G. Maximum and Minimum Width of Trench: The width of trench shall be per City Standard Requirements for construction of water facilities. H. Bracing Excavations: Trench safety and shoring of excavations shall comply with the requirements of the General Specifications. The Contractor shall be required to supply a copy of any permit required by the Division of Industrial Safety at the time of the pre - construction meeting. The cost of furnishing and installing bracing or other provisions required for worker protection, for the protection of any items shown on the plans to be protected in place, or for the protection of any new or existing improvements, shall be included in the contract bid price for water main installation or other relative bid item for which the shoring is required, and no additional payment will be allowed. All material used for protection shall be removed from the project unless it has been approved to remain in place by the Engineer. Permanent Resurfacing: All testing of underground installation at any given point shall be completed before the surface course is placed at that point. SP 118 OF 168 J. Measurement and Payment: Payment for open trench operations shall be included in the unit price bid for the structure or item for which it is required. No additional compensation will be allowed. K. Obstructions and Debris: Remove hardpan, rock, mud, quicksand, debris or other unsuitable bedding material. Further excavate the trench a suitable limit as directed by the Engineer. Backfill with import material approved by the Engineer that will provide adequate pipe bedding. L. Compaction of Backfill: Conform to the requirements of Subsection 306-1.3.4. IJi� x.71//A 1. Use for backfilling around the pipe and to 12 -inches above the top of the pipe, and backfill the remaining trench with excavated material. If excavated material is unsuitable for compaction, use imported suitable material. 2. Do not permit sand backfill material to mix with structural backfill within the sub -drain area. 3.03 PIPE INSTALLATION A. Standard: Install and test all pipe in accordance with Subsection 306-1.2.2 of the Standard Specifications. B. PVC Pipe: Install as detailed in the Drawings and in accordance with the manufacturer's current printed recommendations. 3.04 PERFORATED DRAIN PIPE IN TRENCH A. Preparation of Trench: Accurately excavate trench in conformance with Subsection 306-1.1, and as shown on the Drawings. B. Filter Fabric: Place fabric in bottom of trench and extend up sides and beyond trench. Overlap 12 -inches at ends of roll. C. Drain Rock and Pipe: Install bedding portion of drain rock and bed pipe in place. Do not damage or displace filter fabric. D. Review: Prior to installing remaining drain rock backfill, request review by City Engineer for progress of the work. E. Closing: Upon acceptance, add remaining drain rock and lap over the ends of the filter fabric as shown on the Drawings. SP 119 OF 168 F. Soil Backfill: Backfill with imported structural backfill to a minimum depth of 6 inches above filter fabric as shown on Drawings. 3.05 AREA DRAINS: Install as shown on the Drawings and in strict accordance with the manufacturer's current specifications. 3.06 CLEAN UP A Keep all areas of work clean, neat and orderly at all times in conformance with Subsection 7-8 of the Standard Specifications. B Upon completion of work, remove off the site all surplus materials, tools, equipment, rubbish and debris resulting from the work in conformance with Subsection 7-8 of the Standard Specifications. SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 GENERAL: Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr. John Conway at (949) 644-3083 a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one (1) side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14 -inch below grade for sidewalks and 26 -inch for curbs, and shall be made as far away from the tree base as possible. SP 120 OF 168 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than two (2) feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. All tree roots that are within the sidewalk construction area shall be removed or shaved down. Roots greater than two (2) inches in diameter that must be removed must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 - SOIL PREPARATION. 19G1:iriQel:101I:1:L1I 1.01 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: Provide planting media amendment Amending of existing for planting Amending of sub -grade soil Weed abatement Machinery and loading restrictions C. Related Work in Other Sections: Earthwork and Topsoil Placement - Subsection 308-2 Planting - Subsection 308-4 Irrigation System Installation- Subsection 308-5 Maintenance and Plant Establishment - Subsection308-6 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. B. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: SP 121 OF 168 • "Standard Specifications" - Standard Specifications for Public Works Construction • "ASTM" - American Society for Testing and Materials. • "DIS" - Division of Industrial Safety. C. Certificates of Inspection: Provide those required by law for transportation, with invoice. File copies of certificates with City Engineer after acceptance of material. Inspection by governmental officials at point of origin does not preclude rejection of materials at project site. 1.03 SUBMITTALS A. Samples and Product Data: Prior to delivery to site, submit samples(S) certification (C) and manufacturers' literature (ML) for the following items: 1. Organic Amendments: S of one (1) pt. for each type, C or ML 2. Soil Mixes: S of Yz-Ib for each type and C. 3. Sand: S of '/2 -lb and C. 4. Chemical Additives: S of one (1) pint for each type, C and ML. 5. Perforated Drain -line: S of One (1) Linear Foot and ML. 6. Filter Fabric: S of One (1) square foot and ML. 7. Drain Rock: S of One (1) Pint and C. B. Test Data: Submit all laboratory test data for all materials. C. Submittal Schedule: All products in this section which is required for submittal shall be included in one Division Two submittal package. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Labeling: Furnish standard products in unopened manufacturer's standard containers bearing original labels showing quantity, analysis and name of manufacturer. B. Storage: Store products with protection from weather or other conditions which would damage or impair the effectiveness of the product in conformance with Subsections 4-1 of the Standard Specifications. 1.05 ANALYSES OF SAMPLES AND TESTS A. Sampling: City Engineer reserves the right to take and analyze samples of materials for conformity to specifications at any time. Furnish samples upon request by City Engineer. SP 122 OF 168 1.06 FINAL ACCEPTANCE A. Acceptance: Work will be accepted by the City Engineer upon satisfactory completion of all soil preparation work. B. Notification: Notify City Engineer for review of soil preparation prior to proceeding with planting operations. U_10VM:1:16011I0r. 2.01 TOPSOIL A.* Definition: Topsoil shall be defined as an on-site soil material in conformance with the requirements for Class B and Class C Topsoil, Subsections 212-1.1.3 and 212.1.1.4 of the Standard Specifications, that could be used in planting mixes for backfill of tree, shrub and groundcover planting pits. Topsoil shall conform to the provisions included under this section "2.01- Topsoil". A.* Topsoil: Material required for landscape and finished grading operations shall conform to the requirements included in this section. B. General Qualifications: Topsoil shall be fertile, friable, well -drained soil, of uniform quality, free of stones over 1 inch diameter, sticks, oils, chemicals, plaster, toxic substances, concrete and other deleterious materials, as a planting medium for the project. 1. Grading: Sieve Size Percent Passing Sieve 25.4 mm (1 -inch) 95-100 9.51 mm (%-inch) 85-100 53 Micron (270 mesh) 10-30 2. Chemistry: Suitability Considerations: a. Salinity. Saturation Extract Conductivity (ECe x 103 @ 25 degrees C.) less than 4.0. b. Sodium: Sodium Absorption Ratio (SAR) less than 9.0. C. Boron: Saturation Extract Concentration less than 11.0 PPM. d. Reaction: pH of Saturated Paste: 5.5-7.5. 3. Parasites: Test all soils that have been used for agricultural purposes within the prior 12 -months for parasitic nematodes. It shall be acceptable if the parasitic nematode population is less than 200 per 50 cubic centimeters of soil. Do not artificially dry soil prior to testing. SP 123 OF 168 4. Herbicide: Perform a radish/ryegrass growth trial if herbicide contamination is suspected. Consult with City Engineer prior to testing. C. Existing Soil to be Amended: Inspect existing soil and do all work necessary to bring it to standards specified under "General Qualifications" above. Amend as specified herein. 1. Areas of existing soil to be amended shall be all areas to be planted. 2.02 ORGANIC AMENDMENTS A. Nitrogen -Treated Sawdust: Derived from redwood, fir or cedar wood bark. Physical Properties: Percent Passing Sieve Size 95-100 6.35 mm. (1/4") 80-100 2.38 mm. (#8, 8 mesh) 0-30 500 micron (#35, 32 mesh) 2. Chemical Properties: a. Nitrogen content (dry weight basis): Wood of Redwood 0.4 - 0.6% Wood of Fir/Cedar 0.56 - 0.84% b. Iron content (dry weight basis): Minimum 0.08% iron as metallic C. Soluble salts: Maximum 3.5 millimhos/cm 25 degrees C. as determined by saturation extract method. d. Ash (dry weight basis): 0 - 6.0% 2.03 COMMERCIAL FERTILIZERS A. Tri -C 6-2-4+5%S, as supplied by Tri -C Enterprises, Chino, CA. Telephone: 800.927.3311 B. Nitroform (38-0-0) as supplied by Hercules MCW Plant, Louisiana, MO Tel: 970.292.9000 2.04 WATER: Clean, fresh and potable, paid for by Contractor. Transportation may be required. 2.05 SOIL MIXES A. During the process of mass grading, the contractor is to provide and pay for 2 soil agronomy tests by Soil and Plant Laboratories. These tests will SP 124 OF 168 verify Soil and Plant Laboratory's recommendations for surface soil preparations defined below. Priority is given to rough grading the sulfuric slope Area #3. The contractor shall provide the first soils test to verify if the rough graded soil in Area #3 is suitable for planting. If unfavorable conditions exist, the contractor is to excavate another 2' of soil from Area #3 and use amended on-site soil to re-establish rough grade. The second soils test will verify surface soil preparations for the rough grade in the areas described as a part of the General Site. B. Surface Soil Preparation of Native Planting Areas - General Site: Refer to Appendix 1A -C Horticultural Soils Report by Soil and Plant Laboratory for additional information. Note that is specification does not apply to hydro seeded areas. Per the Soils Report, surface soil in the areas referred to as a part of this section must first be ripped or tilled to a 9 inch depth. Uniformly broadcast and blend the following with existing soil to a 6 in depth: 1. All Areas — 9lbs Tri -C 6-2-4 per 1000sf 2. Mesa Area - 10 lbs Soil Sulfur per 1000sf 4 North-East Area- 25lbs Gypsum B. Surface Soil Preparation of Turf Areas - General Site: Refer to Appendix IA -C Horticultural Soils Report by Soil and Plant Laboratory for additional information. Per the Soils Report, surface soil in the areas referred to as a part of this section must first be ripped or tilled to a 9 inch depth. Uniformly broadcast and blend the following with existing soil to a 6 in depth: 1. All Areas — 4 cu yards Nitrogen fortified organic amendment per 1000sf 10 lbs Potassium Nitrate (13-0-44) per 1000sf' 2. Mesa Area - 4 cu yards Nitrogen fortified organic amendment per 1000sf 10 lbs Potassium Nitrate (13-0-44) per 1000sf 10 lbs Soil Sulfur per 1000sf 4 North-East Area- 25lbs Gypsum `Substitute with 7lbs of ammonium sulfate (21-0-0) and 10lbs potassium SP 125 OF 168 sulfate (0-0-50) per 1000sf if quantities are limited C. Surface Soil Preparation — Area #3: Refer to Appendix 1C and 113 Horticultural Soils Report by Soil and Plant Laboratory for additional information. D. Backfill Mix for On -Grade Plant Pits: Refer to MITI 1A Horticultural Soils Report by Soil and Plant Laboratory E. Upon completion of soil preparation, contractor is to provide and pay for an additional soils test by Soil and Plant Laboratories to verify that proper amendments have been incorporated per plans and specs and that soil is suitable for planting. 2.06 DRAINAGE AND SUBDRAINAGE MATERIALS: See - "Landscape Drainage" and "Landscape Grading" of these Special Provisions. PART 3 - EXECUTION 3.01 SOIL PREPARATION A. General: Soil preparation work shall be in conformance with Subsection 308-2.3 of the Standard Specifications. 1. Moisture Content: Do not work soil when moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or, that clod's will not break readily. Apply water, if necessary, to bring soil to an optimum moisture content for tilling and planting. 2. Clearing of Debris: Clear all planting areas of stones one (1) inch diameter and larger, weeds, debris and other extraneous materials prior to amending existing soil. B. Preparation of Existing Soil: 1. Verification of Existing Grades: Verify that grades are within one (1) inch plus or minus of the required finished grades. Report all variations to the City Engineer. 2. Clearing of Debris: Clear all planting areas of stones one (1) inch diameter and larger, weeds, debris and other extraneous materials prior to amending existing soil or spreading imported topsoil. 3. Cultivation: Rip or cultivate all planting areas to a depth of eight (8) inch) immediately prior to amending existing soil. Rototill to reduce soil clods to a maximum diameter of one (1) inch in the top eight (8) inches. SP 126 OF 168 3.02 WEED ABATEMENT A. General: Weed abatement work shall be in conformance with Subsection 308-2.3 of the Standard Specifications. 1. Weed abatement work shall not begin until irrigation sprinkler systems for the prescribed area are installed and operable. B. Weed Abatement: 1. Manually remove all existing unwanted vegetation and dispose of it off site. 2. Fertilize all planting areas with a 12-12-12 commercial fertilizer at the rate of three hundred lbs (300) per acre and begin watering process. 3. Upon completion of the irrigation system, water all areas four (4) times daily for 21 consecutive days and until weed seeds have germinated. Cease watering for three (3) days. Spray a non- selective contact herbicide (Roundup Pro or Rodeo) to eradicate the germinated weeds. Waiting period prior to clearing weeds shall be seven (7) to ten (10) days. 4. Allow herbicide to kill all weeds. Rake or hoe off all dead weeds to a minimum depth of '/4 -inch inch below the surface of the soil. Remove all cleared weeds and legally dispose of off-site. 5. Re -water cleared planting areas four (4) times daily for 14 - consecutive days, until new growth appears. Re -apply herbicide. Clear weeds, after seven (7) to ten (10) days or an approved alternate time period. Remove all cleared weeds and legally dispose of offsite. 3.03 DRAINAGE OF PLANTING AREAS A. Surface Drainage: 1. Discrepancies: Provide proper surface drainage of planted areas. Submit in writing all discrepancies in the Drawings or Specifications, or prior work done by others, which Contractor feels precludes establishing proper drainage. 2. Correction: Include description of work required for correction or relief of said condition. B. Detrimental Drainage, Soils and Obstructions: 1. Notification: Submit in writing all soils or drainage conditions considered detrimental to growth of plant materials. State condition and submit proposal and cost estimate for correcting condition. 2. Correction: Submit for acceptance a written proposal and cost estimate for the correction before proceeding with work. 3. Obstructions: If rock, underground construction work, tree roots or other obstructions are encountered in the performance of work SP 127 OF 168 under this section, submit cost required to remove the obstructions to a depth of not less than six (6) inch below the required soil depth. M111=61=1101111% A. Keep all areas of work clean, neat and orderly at all times in conformance with Subsection 7-8 of the Standard Specifications. B. Upon completion of work, remove off the site all surplus materials, tools, equipment, rubbish and debris resulting from the work in conformance with Subsection 7-8 of the Standard Specifications. ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 - IRRIGATION SYSTEMS. I�G1:iriQe7�►1�:L1� 1.01 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: Trenching and backfill Installation of piping Installation of equipment System adjustments Testing and inspection 90 Day plant establishment 365 Day maintenance C. Related Work in Other Sections Utilities - Section 5 Open Trench Operations- Subsection 306-1 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. B. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: "Standard Specifications" - Standard Specifications for Public Works Construction "Standard Details" - Standard Plans, Environmental Management "Agency, Newport Beach "ASTM" - American Society for Testing and Materials SP 128 OF 168 "DIS" - Division of Industrial Safety. C. Qualifications of Installers: Provide at least one (1) person who shall be present at all times during execution of the work and who shall be thoroughly familiar with the type of materials, manufacturer's recommended methods of installation and who shall direct all work performed under this section. fi��B�Y�J:I�•IrrirGl�. A. Materials List: Within seven (7) days after award of contract, and before any irrigation system materials are delivered to the job site, submit to the City Engineer six (6) copies of complete lists of all irrigation system materials proposed to be furnished and installed. 1. Show manufacturer's name and catalog number for each item, furnish complete catalog cuts and technical data, and furnish the manufacturer's recommendations as to methods of installation. 2. All irrigation equipment and installation procedures shall conform to the current Newport Beach Standards. 3. Do not permit any irrigation system component to be brought to the job site until it has been approved by the City Engineer. B. As -Built Drawings: 1. During the course of installation, carefully show, in red line on a print of the irrigation system drawings, all changes made to the irrigation system during installation. 2. Upon completion of the irrigation system installation, carefully transfer the as -built data to new, clean prints of the irrigation system drawings and submit two (2) reproducible Mylar copies as described under "manuals" below, to the City Engineer. C. Manuals: Upon completion of the irrigation system installation and as a condition of its acceptance, deliver to the City Engineer two (2) copies of the as -built drawings referred to above. The delivery of the as -built drawings shall not relieve the Contractor of the responsibility for furnishing required information that may have been omitted from the prints. Manuals shall include: 1. Index sheet stating Contractor's address and telephone number, duration of guarantee period, list of equipment including names and addresses of local manufacturer representative. SP 129 OF 168 2. Complete operating and maintenance instructions for all equipment. 3. Spare parts list and related manufacturer information for all equipment. 4. Laminated controller charts, color coded with circuits. 1.04 PRODUCT HANDLING A. Protection: Use all means necessary to protect irrigation system materials before, during and after installation and to protect the installed work and materials of all other trades in conformance with Subsections 4-1 of the Standard Specifications. B. Replacements: In the event of damage, immediately make all repairs and replacements necessary to the approval of and at no additional cost to the City Engineer in conformance with Subsection 4-1 of the Standard Specifications. 1. Exercise care in handling, loading, unloading and storing plastic pipe and fittings. Store plastic pipe and fittings under cover until ready to install; transport plastic pipe only an a vehicle with a bed long enough to allow the pipe to lay flat to avoid undue bending and concentrated external load. 2. Repair all dented and damaged pipe by cutting out the dented or damaged section and rejoining with couplings. C. Connections to Existing Main Lines: 1. Source of water supply: The Contractor shall verify and be familiar with the location, size and detail of stub -outs provided as the source of water supply to the irrigation system, as shown on the plans in conformance with Subsection 308-5.1 of the Standard Specifications. Source of supply and point of connection shall be as shown on plan. 2. Prior to cutting into the soil, the Contractor shall locate all cables, conduits, sewers, septic tanks and other utilities as are commonly encountered underground and he shall take proper precautions not to damage or disturb such improvements in conformance with Subsection 7-9 of the Standard Specifications. If a conflict exists between such obstacles and the proposed work, the Contractor will proceed in the same manner as if a rock layer or any other conditions encountered underground make change advisable. Where investigation of subsurface conditions have been made by a qualified body in areas in which local materials may be obtained, the Contractor may request the use of such information but will be directly responsible for its verification and accuracy. D. Inspection: SP 130 OF 168 The Contractor shall at all time's permit the City Engineer and its authorized agents to visit and inspect the work or any part thereof in conformance with Subsection 2-11 of the Standard Specifications. The Contractor shall maintain proper facilities and provide safe access for such inspections to all parts of the work. Where the specifications require work to be tested by the Contractor, it shall not be covered up until tested or approved by the City Engineer and the Contractor shall be solely responsible for notifying the City Engineer where and when such work is in readiness for testing. Should any such work be covered without such test or approval, it shall, if so ordered be uncovered at the Contractor's expense. E. Standard of Installation: Material and workmanship shall be in accordance with local codes and ordinances of legally constituted authorities, except that where provisions of these Special Provisions exceed such requirements, these Special Provisions shall govern. F. Preservation and Cleaning: The Contractor shall clean up the work as it progresses in conformance with Subsection 7-8 of the Standard Specifications. At frequent intervals and at all times when directed by the City Engineer, the Contractor shall remove and dispose of accumulations of rubbish and debris of all kinds. At the time of completion the entire site shall be cleaned of tools, equipment, rubbish, etc., all of which shall be removed from the site, and the entire project, including surrounding premises, shall be left in proper, clean condition ready for acceptance. G. Completion: The work will be considered for acceptance in writing when the entire scope of work has been completed satisfactorily to the City Engineer in conformance with Subsection 6-8 of the Standard Specifications. In judging the work, no allowance for deviation from the original plans and specifications will made unless already approved at proper times. 1. When any item appears on the plan and not in the specifications, or in the specifications and not on the plan, it shall be considered in both in conformance with Subsection 2-5 of the Standard Specifications. 2. The City Engineer shall have final authority on all items of the project in conformance with Subsection 2-10 of the Standard Specifications. H. Loose Equipment to Furnish: SP 131 OF 168 Loose sprinkling equipment, operating keys and spare parts shall be furnished to the City Engineer by the Contractor in quantities as specified below (3.07-C). Final Acceptance: Within ten (10) days of Contractor's notification that the installation is complete, the City Engineer will inspect the installation and, if final acceptance is not given, will prepare a "punch list" which, upon completion by the Contractor, will require re -inspection. Final acceptance shall conform to the requirements of Subsection 6-8 of the Standard Specifications. The City Engineer shall have final authority on all items of the project in conformance with Subsection 2-10 of the Standard Specifications. J. Irrigation Guarantee: 1. The entire sprinkler system shall be unconditionally guaranteed in writing by the Contractor as to material and workmanship, including settling of backfilled areas below grade for a period of one (1) year following the date of final acceptance of the work in conformance with Subsection 308-7 of the Standard Specifications. 2. If, within one (1) year from the date of final acceptance of the work, settlement occurs and adjustments in pipes, valves and sprinkler heads, sod or paving is necessary to bring the system, sod or paving to the proper level of the permanent grades, the Contractor, as part of the work under his contract, shall make all adjustments without extra cost to the City Engineer, including the complete restoration of all damaged planting, paving, or other improvements of any kind. 3. Should any operational difficulties in connection with the sprinkler system develop within the specified guarantee period which in the opinion of the City Engineer may be due to the inferior material or workmanship, said difficulties shall be immediately repaired at no additional cost to the City Engineer, including any and all other damage caused by such defects. K. Service by the Contractor: The Contractor shall service the system at the City Engineer's request during the guarantee period and shall be paid for work performed which is not covered by the guarantee. If requested by the City Engineer, the Contractor will furnish the City Engineer with a schedule of service fees. L. The Contractor shall secure the required licenses and permits including payments of charges and fees and give required notices to public authorities and verify permits secured or arrangements made by others SP 132 OF 168 affecting the work of this section in conformance with Subsection 7-5 of the Standard Specifications. PART 2 -PRODUCTS 2.01 PIPE AND FITTINGS A. General: Use only new materials of brands and types noted on drawings, specified herein, or approved equals in conformance with Subsection 4-1 of the Standard Specifications B. PVC Pressure Main Line Pipe and Fittings: 1. Pressure main line piping two (2) inches) and smaller shall be PVC Schedule 40 with solvent welded joints (Lasco or equal). 2. Pipe shall be made from NSF approved Type 1, Grade 1 PVC conforming to ASTM Resin Specification 1785. All pipe must meet requirements as set forth in Federal Specifications PS -21-70 (Solvent - Weld Pipe). 3. PVC solvent -weld fittings shall be Schedule 40, 1-2, 11-1 NSF approved conforming to ASTM Test Procedure D2467. 4. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. 5. All PVC pipe must bear the following markings: a. Manufacturer's name b. Nominal pipe size c. Schedule or class d. Pressure rating in P.S.I. e. NSF (National Sanitation Foundation) approval f. Date of extrusion g. Reclaimed water warning in English and Spanish 6. All fittings shall bear the manufacturer's name or trademark, material designation size, applicable P.S.I. schedule and NSF Seal of Approval. 7. All PVC pipe must be purple in color for reclaimed water C. PVC Non -Pressure Lateral Line Piping 1. Non -pressure buried lateral line piping shall be PVC Schedule 40 with solvent welded joints in conformance with Subsection 212-2.1.3 of the Standard Specifications. (Lasco, or equal). 2. PVC Schedule 40 pipe shall be made from NSF approved type 1, Grade 1 PVC compound conforming to ASTM Resin Specification SP 133 OF 168 1785. All pipe(s) must meet requirements as set forth in Federal Specification PS -21-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraphs 1 and 2, all requirements for non- pressure lateral line pipe and fittings shall be the same as for solvent -weld pressure main line pipe and fittings as set forth in Section 2.01-B (above). 2.02 BALL VALVES A. Ball valves two (2) inches and smaller, shall be 125 lbs. SWP bronze ball valve with screw-in bonnet, non -rising stem and solid wedge disc, equipped with brass cross handle (manual sprinkler key operated). B. Ball valves two (2) inches and larger shall be Nibco T-580 or approved equal. C. All ball valves shall be installed per the project details. D. All ball valves shall have bronze trim operating nuts. 2.03 QUICK COUPLING VALVES A. Quick coupling valves installed shall have a one-piece brass body designed for working pressures of 125 psi and shall be operable with a quick coupler key with ACME type threads. Valve shall have a rubber locking top. Quick coupling valves shall be Rain Bird 44LRC or approved equal and shall conform to requirements of Subsection 212-2.2.6 of the Standard Specifications. 2.04 CONTROL WIRING A. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG-U.F. 600 volt in conformance with Subsection 212-3.2.2. Pilot wires shall be color coded for each controller. Common wires shall be white. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than #16. B. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines whenever possible. Minimum 18 inches below finish grade in conformance with Newport Beach Standard Plan No. 1760. C. Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten (10) feet. SP 134 OF 168 D. An expansion curl shall be provided within three (3) feet of each wire connection and at each change of direction of a wire run. Expansion curls shall be formed by wrapping at least five (5) turns of wire around a one (1) inch diameter pipe, then withdrawing the pipe. 2.05 AUTOMATIC CONTROLLER A. Automatic Controllers: 1. Installation of new automatic controllers shall be of size and type shown on the drawings. 2.06 ELECTRIC CONTROL VALVES A. Electric control valve shall be as specified on drawings or approved equal in conformance with Subsection 212-2.2.4 of the Standard Specifications. B. The valve must have an automatic mechanical self-cleaning internal control system and must be slow closing to ensure smooth and shock free operation. C. The electric control valve shall be equipped with a corrosion proof solenoid constructed of stainless steel and molded in epoxy resin to form one integral unit which is suitable for 24 volt operation. D. The electric control valve shall be internal diaphragm and disassembly guided by a stainless steel stem in all positions. E. All electric control valves shall be equipped with a control stem capable of reducing a higher inlet flow to a constant lower flow regardless of supply fluctuations. F. All electric control valves shall be serviceable from the top without removing the valve body from system. G. All valves shall have plastic marking tabs installed with controller and valve number indicated. Two (2) inch x three (3) inch minimum size 2.07 VALVE BOXES A. Use round plastic valve box with locking lid marked "water" for all ball valves and quick coupler valves. Use Ametek 181104 or approved equal, branded "BV" or "QCV" as appropriate in two (2) inch letter. B. Use rectangular plastic valve box with green plastic cover marked "Irrigation Control Valve" for all electric control valves. Use Ametek 170106 with locking cover or approved equal, branded with the station SP 135 OF 168 number for ACV's, QCV, BV, CC for communication cable, and MSS for moisture sensing station in two (2) inch high letters/numbers. C. Valve boxes shall display reclaimed water warning in English and Spanish on the top of lid and be purple in color. 2.08 SPRINKLER HEADS A. All sprinkler heads shall be of the same size, type and deliver the same rate of precipitation with the diameter (or radius) of the throw, pressure and discharge as shown on the plans and/or specified in these special provisions. B. Rotary heads shall be gear drive rotary, pop-up type and designed with an integral check valve for control of line drainage. The sprinkler shall be capable of delivering radius and gallonage indicated on drawings. Retraction shall be accomplished by means of a heavy duty stainless steel spring. The sprinkler shall have a riser seal and wiper. C. Riser/ swing joint assemblies shall be fabricated in accordance with the irrigation details shown on the drawings. D. Riser nipples for all sprinkler heads shall be the same size as the riser opening in the sprinkler body. 2.09 CHECK VALVES A. Swing check valves two (2) inches and smaller shall be 200 lbs. WOG bronze construction and replaceable composition, neoprene or rubber disc, and shall meet or exceed Federal Specification WW -V51 D, Class A, Type IV. B. Anti -drain valves shall be of heavy-duty virgin PVC construction with F.I.P. thread inlet and outlet. Internal parts shall be stainless steel with buna-N seals. Valve shall be field adjustable against draw -out from three (3) to 40 feet of head. Anti -drain valve shall be similar to the King Bros. "CV" series or approved equal. 2.10 OTHER MATERIALS A. Subsurface emitter tubing shall be installed per manufacturer's recommendations and specification and as shown in the Drawings. B. All other materials, not specifically described but required for a complete and proper irrigation system installation, shall be new, first quality of their respective kinds in conformance with Subsection 4-1 of the Standard Specifications and subject to the approval of the City Engineer. SP 136 OF 168 PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. Inspection: Prior to all work of this section, carefully inspect the original design, the referenced standard and the manufacturer's recommendations. System to be installed in accordance with all pertinent City of Newport Beach codes and regulations, the original design and the referenced standards. B. Discrepancies: 1. In the event of discrepancy, immediately notify the City Engineer. 2. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved to the satisfaction of the City Engineer. 3.02 FIELD MEASUREMENTS A. Make all necessary measurements in the field to ensure precise fit of items in accordance with the original design. 3.03 TRENCHING AND BACKFILLING A. Trenching: 1. Excavation shall be open vertical construction sufficiently wide to provide free working space around the work installed and to provide ample space for backfilling and compacting in conformance with Subsection 308-2.2. 2. Trenches for pipe shall be cut to required grade lines, and trench bottom shall be compacted to provide an accurate grade and uniform bearing for the full length of the line. 3. When two pipes are to be placed in the same trench, it is required to maintain a six (6) inch space between pipes as is minimum in conformance with Subsection 308-5.2.1 of the Standard Specifications. No pipe shall be installed directly over another. 4. Where it is necessary to excavate adjacent to existing trees, the contractor shall avoid injury to trees and tree roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter shall be tunneled under and shall be heavily wrapped with wet burlap. Trenches within the drip line of trees shall be closed within 24 - hours. B. Backfilling: 1. Backfill material shall be approved topsoil in conformance with Subsection 308-2.2 of the Standard Specifications. Unsuitable material, including clods and rocks '/2 -inches in size, shall be SP 137 OF 168 removed from the premises and disposed of legally at no cost to the City Engineer. 2. All backfilling shall be done carefully and shall be properly compacted. 3. Depth of trenches shall be sufficient to provide a minimum cover above the top of the pipe per Newport Beach Standard Plan No. 1760. a. 12- inch cover over non -pressure lateral lines. b. 24 -inch cover over pressure main line 2 -1/2 -inches in diameter or less in planting areas. 36 -inch cover over pressure main line larger than 2 -1/2 -inch in planting areas and all lines under paving. C. 24 -inch cover over pipe crossing. d. Contractor shall install concrete thrust blocking at all changes of direction and terminal points of pressure pipe, and on all ring -type pipe four (4) inches in diameter and greater, per Newport Beach Standard Plan No. 508. e. All lines shall have a minimum clearance of six (6) inches from each other and six (6) inches from lines of other trades. f. Parallel lines shall not be installed directly over one another. g. Surplus earth remaining after backfilling shall be disposed of on the premises as directed by the City Engineer. 3.04 INSTALLATION OF PIPING A. General: Lay out the piping system in strict accordance with the drawings and to the depth as specified in Section 3.03 (above) and in conformance with Subsection 308-5.2 of the Standard Specifications. B. Under Existing Pavement. 1. Piping under existing pavement may be installed by jacking, boring or hydraulic driving except that no hydraulic driving will be permitted under asphaltic concrete pavement, or at depth less than 36 inches. 2. Where cutting or breaking of existing pavement is necessary secure permission from the City Engineer before cutting or breaking the pavement. Make all necessary repairs at no additional cost to the City Engineer. C. Inspection of Pipe and Fittings: Carefully inspect all pipe and fittings before installation, removing all dirt, scale, burrs and reaming as required; install all pipe with all markings up for visual inspection and verification. SP 138 OF 168 D. PVC Pipe: 1. PVC pipe shall be installed in a manner which will provide for expansion and contraction as recommended by the pipe manufacturer. 2. In jointing, use only the specified solvent and make all joints in strict accordance with the manufacturer's recommended methods, give solvent welds at least 15 -minutes set up time before moving or handling and 24 -hours curing time before filling with water. 3. For plastic -to -metal connections, work the metal connections first, use a non -hardening pipe dope on all threaded plastic -to -metal connections and use only light wrench pressure. All plastic -to -metal connections shall be made with plastic male adapters. 3.05 INSTALLATION OF EQUIPMENT A. Automatic Controllers: 1. Installation of new automatic controllers shall be of size and type shown on the drawings in conformance with Subsection 308-5.5 of the Standard Specifications. 2. Final location of automatic controller(s) shall be approved by the City Engineer's authorized representative prior to installation. 3. Unless otherwise noted on the plans, the 120 -volt electrical power to the automatic controller to be furnished by irrigation contractor. The final hook-up of the automatic controller to the 120 -volt power source shall be the responsibility of the irrigation contractor. 4. Controllers are to be identified with vinyl three (3) inch lettering on door of unit. B. Control Wiring: 1. Control wires shall be installed in accordance with valve manufacturer's specifications and wire chart. 2. Control wiring located beneath paved areas shall be installed in a separate PVC Schedule 40 sleeve. 3. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines. Wherever possible lay to the side of pipeline. Control wires shall be laid loosely in trench without stress or stretching to allow for contraction of wires. Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten (10) feet. 4. An expansion curl shall be provided within three (3) feet of each wire connection. Expansion curl shall be of sufficient length at each splice connection at each electric control valve, so that in case of repair, the valve bonnet maybe brought to the surface without disconnecting the control wires. SP 139 OF 168 5. An expansion curl shall be provided every 100 -feet on runs of more than 100 -feet in length. Provide looped slack at valves and changes in direction of 90 degrees. 6. Field splices between the automatic controller and electrical control valves shall not be allowed without prior approval of the City Engineer. Splices shall be vaulted and noted on as -built drawings. An expansion curl of 12 -inches shall be provided at each field splice. 7. Control wires and valve pilot wiring will be color coded such that each controller will be a different color with no adjacent color overlap. C. Electrical Work: All electrical work shall be installed per local code requirements and in conformance with Subsection 209-1 of the Standard Specifications. D. Quick Coupling Valves: 1. Quick coupling valves shall be set approximately 12 -inches from walks, curbs, header -boards or paved areas where applicable. Vertical positioning of quick coupling valves shall be such that sleeve top will be two (2) inches above settled finish grade in ground cover areas and '/2 -inch above grade in turf areas. 2. Quick coupling valves shall be installed in a plastic box per Newport Beach Standard Plan No. 504 -0 -OC. Quick coupler valve boxes shall be located 12 -inches from paved surfaces. Boxes shall be purple for reclaimed water areas. E. Valves: 1. All valves shall be installed as shown in details and in accordance with manufacturer's recommendations and all applicable Newport Beach Plans. 2. All valves shall be the full size of the line in which they are installed unless otherwise indicated. F. Valve Boxes: Valve boxes installed near walks, curbs, header boards and paving shall about those items. The top surfaces shall be flush with items listed above. 3.06 TESTING AND INSPECTION: Testing and inspection shall conform to the requirements of Subsection 308-5.6 of the Standard Specifications A. General: SP 140 OF 168 1. Contractor to furnish all necessary testing equipment and personnel. 2. Correct all leaks and retest until accepted by the City Engineer. B. Closing in Uninspected Work: Do not allow or cause any of the work of this section to be covered up or enclosed until it has been inspected, tested and approved by the City Engineer. C. Flushing: Before backfilling the mainline and with all control valves in place but before lateral pipes are connected, completely flush and test the drain line and repair all leaks, flush out each section of lateral pipe before sprinkler heads are attached. D. Testing: 1. The contractor shall request the presence of the City Engineer in writing at least 48 -hours in advance of any testing. 2. Test all pressure lines under hydrostatic pressure of 125 psi and prove watertight. 3. All piping under paved areas shall be tested under hydrostatic pressure of 150 psi and prove watertight, prior to paving. 4. Sustain pressure in tested lines for not less than six (6) hours. If leaks develop, replace joints and repeat test until entire system is proven watertight. 5. All hydrostatic tests shall be made only in the presence of the City Engineer. No pipe shall be backfilled until it has been observed, tested, and approved in writing. 6. Contractor shall furnish force pump and all other test equipment necessary. 7. When the sprinkler irrigation system is completed, perform a coverage test in the presence of the City Engineer, to determine if the water coverage for planting areas is complete and adequate in conformance with Subsection 308-5.6.3 of the Standard Specifications. Furnish all materials and perform all work required to correct any inadequacies of coverage due to the deviation from plans, or where the system has been willfully installed as indicated on the drawing when it is obviously inadequate, without bringing this to the attention of the architect. This test shall be accomplished before any ground cover is planted. 8. Upon completion of each phase of work, the entire system shall be tested and adjusted to meet site requirements. 3.07 FIELD QUALITY CONTROL SP 141 OF 168 A. Adjustment of the System: 1. The contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and walls as much as possible in conformance with Subsection 308-5.4.4 of the Standard Specifications. 2. If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, the contractor may also include changes in nozzle sizes and degrees of arc as required. 3. Lowering raised sprinkler heads by the contractor shall be accomplished within ten (10) days after notification by City Engineer or architect. 4. All sprinkler heads shall be set perpendicular to finished grade unless otherwise designated on the plan or as required for proper coverage (slopes, etc.). 3.08 MAINTENANCE A. The entire sprinkler irrigation system shall be under full automatic operation for a period of seven (7) days prior to any planting and for 30 - days after inspection to begin maintenance period. B. The City Engineer reserves the right to waive or shorten the operation period. 3.09 CLEAN-UP Clean-up shall be made as each portion of work progresses in conformance with Subsection 7-8 of the Standard Specifications. Refuse and excess dirt shall be removed from the site, all walks and paving shall be swept or washed down and any damage sustained on the work of others shall be repaired to original condition. 3.10 FINAL INSPECTION A. The contractor shall operate each system in its entirety in the presence of the City Engineer at the time of final inspection. Any items deemed not acceptable shall be reworked to the complete satisfaction of the City Engineer at no cost to the City Engineer. B. Two Controller Charts for Each Controller: Provide new controller charts to reflect new irrigation areas per these plans in conformance with Subsection 308-5.5 of the Standard Specifications. Recreate existing charts or produce new charts. Record drawings must be approved by the City Engineer and the Landscape Architect before charts are prepared. The controller charts shall be a SP 142 OF 168 blackline print of the reduced as -built drawings, hermetically sealed between two (2), 20 -mil -thick plastic sheets. The chart shall be the maximum size that the controller door will allow and shall show the areas covered by the controller. A different color shall be used to show the area of coverage for each valve. If the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a readable size. C. Two Operation and Maintenance Manuals: Two (2); individually hard bound copies of operation and maintenance manuals. The manuals shall describe the material installed. Each complete manual shall include the following information: 1. Index sheet stating Contractor's address and telephone number, list of equipment including names and addresses of local manufacturer representatives. 2. Complete operating and maintenance instruction for all equipment. 3. Spare parts lists and related manufacturer information for all equipment. 4. Six (6) valve keys, five (5) sets of irrigation head tools, five (5) quick couplers, special disassembly tools for each type of head provided. D. Maintenance Personnel: After the system has been completed, inspected and approved, instruct the City Engineer's maintenance personnel in the operation and maintenance of the irrigation system and demonstrate the contents of the manual furnished under Article 1.03-C of this section of these Special Provisions (above). 3.11 OBSERVATION SCHEDULE A. Contractor shall be responsible for notifying the City Engineer in advance for the following observations, according to the time indicated: 1. Pre -job conference: seven (7) days 2. Pressure supply line installation and testing: 48- hours 3. Coverage test: 48 -hours 4. Observation to begin maintenance period: seven (7) days 5. Final observation: seven (7) days B. When observations have been conducted by other than the City Engineer, show evidence of when and by whom these observations were made. ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 - TREES, SHRUBS, & GROUND COVER. PART 1 - GENERAL SP 143 OF 168 1.01 DESCRIPTION A. Related Requirements: Review the Contract General Provisions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: Excavation of plant pits and beds Provide plant materials and related items Finish grading of planted areas Warranty and replacements C. Related Work in Other Sections: Earthwork and Topsoil Placement - Subsection 308-2 Planting - Subsection 308-4 Irrigation System Installation- Subsection 308-5 Maintenance and Plant Establishment - Subsection308-6 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. B. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: • "Standard Specifications" - Standard Specifications for Public Works Construction • "ASTM" - American Society for Testing and Materials. • "DIS" - Division of Industrial Safety. Apply standards for plant materials as described in the following: 1. An Annotated Checklist of Woody Ornamental Plants of California, Oregon and Washington, (Number 4091), McClintock and Leiser, Division of Agricultural Sciences, University of California, 1979. 2. American Standard for Nursery Stock, 1980 Edition, American Association of Nurserymen, Inc. 3. Hortus Ill - 1976 Edition, Bailey Horatorium, Cornell University. C. Certificates: 1. Submit certificates of inspection required by law for transportation of each shipment of plants along with invoice. SP 144 OF 168 2. File copies of certificates after acceptance of material. Inspection by Federal or State Governments at place of growth does not preclude rejection of plants at project site. 1.03 JOB CONDITIONS A. Protection of Existing Plants to Remain: See - "Site Demolition" of these Special Provisions and Subsections 7-9 and 300-1.1 of the Standard Specifications. 1. Operations: Do not store materials or equipment, permit burning, or operate or park equipment under the branches of all existing plants to remain except as actually required for construction in those areas. 2. Barriers: Provide barricades, fences or other barriers as necessary at the drip line to protect existing plants to remain from damage during construction. 3. Notification: Notify City Engineer when Contractor feels other construction activities may damage existing plants to remain. B. Replacement of Damaged Plants: 1. Replacement: Replace existing plants to remain which are damaged during construction with accepted plants of the same species and size as those damaged at no cost to City of Newport Beach in conformance with Subsection 7-9 of the Standard Specifications 2. Inspection: City Engineer shall determine extent of damage and value of damaged plants. 1.04 SUBMITTALS A. Samples: Submit prior to delivery to site. Attach product name, address of manufacturer and/or supplier to each sample. 1. Tree and Shrub Planting Fertilizer: 'h- pint. 2. Tree Ties: One (1) for each type (sample). 3. Wood Chip Mulch: One (1) gallon (sample). B. Product Data: Manufacturer's current specifications. Catalog cuts, data sheets and installation instructions. C. Test Reports: Three (3) copies to be sent by testing laboratory directly to City Engineer. D. Submittal Schedule: All products in this section which is required for submittal shall be included in one Division Two submittal package. E. Shop Drawings: Locations of fences and/or barriers at drip lines of existing trees/plants to remain. SP 145 OF 168 1.05 WORK SCHEDULE: Proceed with the work as rapidly as the site becomes available, consistent with normal seasonal limitations for planting work. 1.06 SELECTION, TAGGING AND ORDERING OF PLANT MATERIAL A. Documentation: Submit documentation within 30 -days after award of Contract that all plant materials have been ordered. Arrange procedure for review of plant materials at time of submission. B. Review: Submit a written request for review of plant materials and quantity at place of growth at least ten (10) working days prior to shipment to site. The City Engineer reserves the right to refuse review at this time if, in the City Engineer's judgment, a sufficient quantity of plants is not available. C. Tagging: Landscape Contractor shall accompany the City Engineer and Landscape Architect for all reviews and tagging plants at place of growth and upon delivery for conformity to specifications. D. Distant Material: Submit photographs with a person adjacent to plants for preliminary review. Such review shall not impair the right of review and rejection during progress of the work. E. Unavailable Material: If proof is submitted that any plant specified is not obtainable, a proposal will be considered for use of the nearest equivalent size or variety with corresponding adjustment of Contract price. Substantiate such proof in writing no later than 30 -days after award of contract. F. Special Conditions: The above provisions shall not relieve Contractor of the responsibility of obtaining specified materials in advance if special growing conditions or other arrangements must be made in order to supply specified materials. 1.07 PRODUCT DELIVERY, STORAGE AND HANDLING A. Labeling: Furnish standard products in manufacturer's standard containers bearing original labels legibly showing quantity, analysis, genus/species and name of manufacturer/grower. B. Storage: Store products with protection from weather or other conditions which would damage or impair the effectiveness of the product in conformance with Subsections 4-1 of the Standard Specifications. Protect metal containers from sun during summer months with temperatures above 80 degrees F. C. Handling: Do not lift or handle container plants by tops, stems or trunks at any time. Do not bind or handle plants with wire or rope at any time. SP 146 OF 168 D. Anti -Desiccant: At Contractor's option, spray all evergreen or deciduous plant material in full leaf immediately before transporting with anti - desiccant. Apply an adequate film over trunks, branches, twigs and foliage. 1.08 ANALYSES OF SAMPLES AND TESTS A. Sampling: City Engineer reserves the right to take and analyze samples of materials for conformity to specifications at any time. Furnish samples upon request. B. Rejected Materials: Remove rejected materials immediately from the site at Contractor's expense. Pay cost of testing of materials not meeting specifications. 1.09 ESTABLISHMENT PERIOD AND FINAL ACCEPTANCE: See - "Plant Establishment and Maintenance" of these Special Provisions. iIN[11•►IrI_A V:7_A►1vaZIA V 101 oil A. Warranty. Warrant in writing that all trees planted under this Contract will be healthy and in flourishing condition of active growth one (1) year from date of Final Acceptance. B. Delays: All delays in completion of planting operations which extend the planting into more than one (1) planting season shall extend the Warranty Period correspondingly. C. Condition of Plants: Plants shall be free of dead or dying branches and branch tips, with all foliage of a normal density, size and color. D. Replacements: As soon as weather conditions permit, replace, without cost to City of Newport Beach all dead plants and all plants not in a vigorous, thriving condition, as determined by City Inspector during and at the end of Warranty Period. E. Exclusions: Contractor shall not be held responsible for failures due to neglect by City of Newport Beach, vandalism, etc., during Warranty Period. Report such conditions. 1.11 REPLACEMENTS A. General: 1. Plant materials exhibiting conditions which are determined by the City Engineer as being unacceptable due to workmanship by the Contractor shall be repaired and/or replaced at no additional cost to the City of Newport Beach in conformance with Subsection 4-1 of the Standard Specifications. SP 147 OF 168 2. Closely match replacements to adjacent specimens of the same species. Apply all requirements of this Specification to all replacements. B. Replacement Quantities: Contractor shall be held responsible for a maximum of two replacements for each failed tree after final acceptance during warranty period. PART 2 -PRODUCTS 2.01 PLANT MATERIALS A. General: 1. Growing Conditions: Plants shall be nursery -grown in accordance with good horticultural practices under climatic conditions similar to those of project for at least two years and shall conform to the requirements of Subsection 212-1.4, unless otherwise specifically authorized. 2. Appearance: All plants shall be exceptionally heavy, symmetrical, tightly knit, so trained or favored in development and appearance as to be superior in form, number of branches, compactness and symmetry. 3. Vigor: Plants shall be sound, healthy and vigorous, well branched and densely foliated when in leaf. They shall be free of disease, insect pests, eggs, or larvae. They shall have healthy, well-developed root systems. Plants shall be free from physical damage or adverse conditions which would prevent thriving growth. 2. Container Stock: Verify that all container stock has been grown in the containers in which delivered for at least six (6) months, but not over two (2) years. Samples must prove to be free of kinked, circling or girdling roots and with no evidence of a pot-bound condition. Do not install container plants that have cracked or broken balls of earth when taken from container. B. Measurements: 1. General: Measure plants when branches are in their normal upright position. Height and spread dimensions specified refer to main body of plant and not branch tip to tip. Take caliper measurement at a point on the trunk six (6) inches above natural ground line for trees up to four (4) inches in caliper and at a point 12 -inches above the natural ground line for trees over four (4) inches in caliper. 2. Size Range: If a range of size is given, do not use plant materials less than the minimum size. Not less than 40% of the plants shall be as large as the maximum size specified. The measurements specified are the minimum size acceptable and are the SP 148 OF 168 measurements after pruning, where pruning is required. Plants that meet the measurements specified, but do not possess a normal balance between height and spread shall be rejected. 3. Substitutions: Substituted plants shall be true to species and variety and shall conform to measurements specified except that plants larger than specified may be used if accepted. Use of such plants shall not increase Contract price. If larger plants are accepted, increase the ball of earth in proportion to the size of the plant. C. Pruning: Do not prune plants before delivery. For pruning after installation, see - "Plant Establishment and Maintenance" of these Special Provisions. D. Condition: Trees which have multiple leaders, unless specified, or damaged or crooked leaders will be rejected. Trees having a main leader shall not have been headed back. Trees with abrasions of the bark, sunscalds, disfiguring knots, or fresh cuts of limbs over %-inch which have not completely callused, will be rejected. 2.02 BACKFILL MIX FOR ON -GRADE PLANT PITS: See -"Soil Preparation" of these Special Provisions. 2.03 COMMERCIAL FERTILIZERS: See - "Soil Preparation" of these Special Provisions. 2.04 STAKING MATERIALS: Shall conform to the requirements of Subsection 212- 1.5.3 A. Tree Stakes: Lodgepole Pine with ten (10) inch tapered driving point and chamfered top, treated with copper napthanate or pentachloraphenol to heartwood, green color, as manufactured by C&E Lumber Company of Pomona, CA. Telephone: (714) 626-3591, or accepted equal. 12' length standard. B. Ties: HW -36, 36 -inch hose and wire type. V.I.T. Company, Inc. 15561 Product Land, D-4, Huntington Beach, California 92649. Telephone: (714)891-8338. 2.05 WATER A. Clean, fresh and potable, furnished and paid for by Contractor. B. Transport as required. 2.06 WOOD CHIP MULCH A. Ground tree and shrub trimmings, '/z -inch to three (3) inches diameter free of sticks, dirt, dust and other debris, as accepted. SP 149 OF 168 B. Manufacturer: Whittier Fertilizer of Whittier, CA Telephone: (310) 699- 3461. 2.07 ANTI -DESICCANT A. Anti -desiccants for retarding excessive loss of plant moisture and inhibiting wilt shall be sprayable, water insoluble vinyl-vinyledine complex which will produce a moisture retarding barrier not removable by rain. B. Wilt-pruf Formula NCF as manufactured by Nursery Specialty Products, Greenwich, Connecticut, or accepted equal. PART 3 - EXECUTION A. General: Do not commence planting work prior to acceptance of soil preparation. B. Finish Grades: Finish grades for all planting areas shall have been established in another section. Verify that all grades are within one (1) inch plus or minus of required finish grade and that all soil amendments have been installed as specified under "Soil Preparation" of these Special Provisions. C. Notification: Submit written notification of all conditions inconsistent with specifications for soil preparation and mixing as described in "Soil Preparation" of these Special Provisions. 3.02 DRAINAGE OF PLANTING AREAS A. Surface Drainage: Maintain positive surface drainage of planted areas as established under "Landscape Grading" of these Special Provisions. B. Discrepancies: Submit in writing, all discrepancies in the Drawings or Specifications, obstructions on the site, or prior work done by others, which Contractor feels precludes maintaining proper drainage; include description of all work required for correction or relief of said discrepancies. C. Detrimental Drainage, Soils and Obstructions 1. Notification: Supply written notification of all conditions detrimental to growth of plant material. State condition and submit proposal and cost estimate for correcting condition. 2. Testing: Test drainage of plant beds and pits by filling with water twice in succession. Give written notification of conditions SP 150 OF 168 permitting the retention of water in planting beds for more than 24 - hours. 3. Correction: Submit for acceptance a written proposal and cost estimate for the correction before proceeding with work. 4. Obstructions: If rock, underground construction work, tree roots or other obstructions are encountered in the excavation of plant pits, alternate locations may be used as directed. Where locations cannot be changed, submit cost required to remove the obstructions to a depth of not less than six (6) inches below the required pit depth. Proceed with work after acceptance. 3.03 LAYOUT AND EXCAVATION OF PLANTING AREAS A. Layout and Staking: Lay out plants at locations shown on Drawings in conformance with Subsection 308-4.2 of the Standard Specifications. Use color -coded wire flags for each species of plant material. Stake each tree, vine and major shrub. Outline shrub and ground cover beds with lime. Locations of plants will be checked in the field by the City Engineer and Landscape Architect and shall be adjusted to exact position before planting begins. Right is reserved to refuse review at this time if, in the Engineers opinion, a sufficient quantity of plants is not available. B. Plant Pits: Excavate the planting pits for trees and shrubs which shall be minimum twice the diameter and equal to the depth of the root ball. 3.04 PLANTING OPERATIONS A. General: Planting work shall conform to the requirements of Subsection 308-4 of the Standard Specifications and as contained herein. 1. Protect plants at all times from sun or drying winds. 2. Keep plants that cannot be planted immediately upon delivery in the shade, well -protected and well -watered. B. Handling of Plant Materials: 1. Remove canned stock carefully after cans have been cut on two sides with accepted cutter. Do not use spade to cut cans. 2. Lift and handle plants only from the bottom of the ball. If rootball is cracked or broken during handling, plant shall be rejected. M§19=311Fd101►[e3 A. General: 1. Trees shall be able to stand upright without support, and shall return to the vertical after their tops have been deflected horizontally and released. Stake trees which do not meet this SP 151 OF 168 qualification. All plant materials shall remain plumb and straight for all given conditions from installation through the guarantee period. 2. Trees supplied with well -tapered, strong trunks which will stand alone may be staked with two (2) stakes and tied per this section. 3. Locate stakes in a line with trunk of tree, perpendicular to prevailing wind and as close to the main trunk as is practical, avoiding root injury. Drive stakes at least 36- inches into firm ground and at least 18- inches into undisturbed soil. 4. Remove tree from nursery -supplied stake and tie to new stakes using two accepted tree ties. Find proper height for point of tree ties and attach as follows: a. Hold trunk in one hand, pull top to one side and release. Height at which trunk will snap back to upright is Base Height. Attach tree ties to trunk six (6) inches above Base Height. b. Nail V.I.T. ties to stakes per manufacturer's most recent published instructions. Cut off any remaining stake after total securement to within two (2) inches of upper tree tie. 3.06 PRUNING: See - "Plant Establishment and Maintenance" of these Special Provisions. 3.07 MULCHING A. Install a two (2) inch minimum deep layer of mulch over all flat shrub areas including tree and shrub watering basins on slopes. K lfflwe] Z10111►lzK61VA02:1W_I011ILI ei A. Tilling: Surface soil in areas to be planted with ground cover shall be tilled in conformance with Subsection 308-2.3 of the Standard Specifications. Planting soil amendments should be uniformly broadcast and thoroughly incorporated to a depth of eight (8) inches by means of rototiller or equal. B. Planting: Plant ground cover plants at optimum depth for proper growth. Avoid air pockets. Equally space triangularly, at distances called for in the Drawings. C. Watering: Water bed thoroughly after fertilizer application. Wash all fertilizer from leaves of plant materials. 3.09 CLEAN UP A. General: Keep all areas of work clean, neat and orderly at all times in conformance with Subsection 7-8 of the Standard Specifications. SP 152 OF 168 B. Debris: Upon completion of work, remove off the site all surplus materials, tools, equipment, rubbish and debris resulting from the work in conformance with Subsection 7-8 of the Standard Specifications. ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 - TURF AND SLOPE GROUND COVER HYDROSEEDING. PART 1 -GENERAL 1.01 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: Hydro -seeded turf Hydro -seeded native grassland mix C. Related Work in Other Sections: Earthwork and Topsoil Placement - Subsection 308-2 Planting - Subsection 308-4 Irrigation System Installation- Subsection 308-5 Maintenance and Plant Establishment - Subsection 308-6 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. B. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: • "Standard Specifications" - Standard Specifications for Public Works Construction • "ASTM" - American Society for Testing and Materials. • "DIS" - Division of Industrial Safety. • "Technical Association of the Pulp and Paper Industry" (for wood cellulose) Apply the current or latest editions of the standards for seed as described in the following: Hortus 111 - 1976 Edition, Bailey Horatorium, Cornell University. SP 153 OF 168 D. Certificates of Inspection: Provide to the City Engineer as required by law for transportation of each shipment of seed along with invoice. Submit copies of certificates after acceptance of material. Inspection by Federal or State Governments at place of growth does not preclude rejection at project site. E. 1.03 SUBMITTALS A. Samples and Product Data: Submit samples (S), certification (C) and manufacturers' literature (ML) for the following items: 1. Seed Mix: S'/z-pt) pint for each type and ML. B. Test Data: Submit all laboratory test data for all materials. 1. Seed Varieties: C Guaranteed statement of composition, mixture and percentage of purity and germination of each variety. 2. City Engineer's Test. The City Engineer may choose to test the submitted samples for testing. The Contractor shall be notified. C. Submittal Schedule: All products in this section which is required for submittal shall be included in one Division Two submittal package. 1.04 WORK SCHEDULE: Proceed with the work as rapidly as the site becomes available, consistent with normal seasonal limitations for planting work. 1.05 SELECTION AND ORDERING OF PLANT MATERIAL A. Documentation: Submit documentation within 30 -days after award of Contract that all materials have been ordered. B. Unavailable Materials: If proof is submitted that any of the materials specified is not obtainable, a proposal will be considered for use of the nearest equivalent variety with corresponding adjustment of Contract price. Substantiate such proof in writing no later than 30 -days after award of contract. C. Special Conditions: The above provisions shall not relieve Contractor of the responsibility for obtaining specified materials in advance if special growing conditions or other arrangements must be made in order to supply specified materials. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING A. Seed: SP 154 OF 168 1. Delivery: Furnish standard seed in unopened manufacturer's standard containers bearing original certification labels showing quantity, analysis and name of manufacturer. 2. Storage: Store seed with protection from weather or other conditions which would damage or impair the effectiveness of the product in conformance with Subsections 4-1 of the Standard Specifications. C. Fiber mulch: Store with protection from weather or other conditions which would damage or impair the effectiveness of the product in conformance with Subsections 4-1 of the Standard Specifications. 1.07 ANALYSES OF SAMPLES AND TESTS A. Samples: City Engineer reserves the right to take and analyze samples of materials for conformity to specifications at any time. Furnish samples upon request. B. Rejected Materials: Remove rejected materials immediately from the site at Contractor's expense. Pay cost of testing of materials not meeting specifications. 1.08 ESTABLISHMENT PERIOD AND FINAL ACCEPTANCE: See - "Plant Establishment and Maintenance" of these Special Provisions. 1.09 WARRANTY PERIOD A. Time Period: Warrant in writing that all lawns and irrigated grasses shall be in a healthy and flourishing condition of active growth six (6) months from date of Final Acceptance unless in dormant season (natives). Warrant that all native grasses and wildflowers shall have germinated at the guaranteed levels (see Submittals 1.03-B-1 above) during one annual season after the Final Acceptance. B. Appearance During Warranty: Lawns shall be free of dead or dying patches, and all areas shall show foliage of a normal density, size and color. C. Delays: All delays in completion of planting operations which extend the planting into more than one (1) planting season shall extend the Warranty Period correspondingly. D. Coverage: Warrant growth and coverage of hydro -seeded planting to the effect that a minimum of 95% of the area planted shall be covered with specified planting after one growing season with no bare spots. SP 155 OF 168 E. Exceptions: Contractor shall not be held responsible for failures due to neglect by City Engineer, vandalism, etc., during Warranty Period. Report such conditions in writing. 1.10 REPLACEMENTS A. Unacceptable Workmanship: Hydro -seeded areas exhibiting conditions which are determined as unacceptable workmanship as determined by the City Engineer shall be repaired and/or replaced at no additional cost to the City of Newport Beach in conformance with Subsection 4-1 of the Standard Specifications. B. Replacements: Replace, without cost to City of Newport Beach, and as soon as weather conditions permit, all lawn not in a vigorous, thriving condition, as determined by City Engineer during and at the end of Warranty Period. C. Matching: Closely match all replacement seed with adjacent areas of lawn or grass. Apply all requirements of this Specification to all replacements. PART 2 -PRODUCTS 2.01 LAWN SOD A. Refer to Planting Plans PART 3 - EXECUTION 3.01 GENERAL Hydro -seeding work shall conform to the requirements of Subsection 308-4.8.2. and as contained herein. A. Period of Application of Hydro -seeding: 1. Irrigated Areas: Within 14 -calendar days after the completion of finish grading in any area or as directed by the City Engineer. In the event of anticipated bad weather conditions, apply hydro - seeding immediately. 3.02 SOIL PREPARATION A. Verification: 1. Stones, Weeds, Debris: Verify that all areas to receive lawns are clear of stones larger than one (1) inch diameter, weeds, debris and other extraneous materials. SP 156 OF 168 2. Grades: Verify that grades are within one (1) inch plus or minus of the required finished grades. B. Soil Moisture: 1. Excessive Moisture: Do not commence work of this section when soil moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or that clod's will not break readily. 2. Inadequate Moisture: Apply water, as necessary, to bring soil to optimum moisture content for planting. 3.03 HYDRO -SEEDED A. Preparation: Do all slurry preparation at the job site. 1. Water: Add water to the tank when the engine is at half throttle. When the water level has reached the height of the agitator shaft, establish good re -circulation and add seed. 2. Seed: Do not allow seed to remain more than 30 -minutes in slurry. 3. Fertilizer. Add fertilizer, followed by the mulch. The mulch shall only be added to the mixture after the seed, and when the tank is at least%filled with water. 4. Mixing: Open the engine throttle to full speed when the tank is half- filled with water. Add all the mulch by the time the tank is % to % full. Commence spraying immediately when the tank is full. B. Application: 1. General: Apply specified slurry mix in a sweeping motion to form a uniform mat at the specified rate. Keep hydro -seeding within designated areas and keep from contact with other plant materials. 2. Unused Mix: Do not use slurry mixture which has not been applied within four (4) hours of mixing. Promptly remove from the site. 3. Protection: After application, do not operate any equipment over the hydro -seeded areas. 4. Reseeding: Reseed all areas and parts of areas which fail to show a uniform stand of (lawn or grass) until all areas are covered with a satisfactory stand of (lawn or grass). 3.04 CLEAN-UP A. General: Keep all areas of work clean, neat and orderly at all times in conformance with Subsection 7-8 of the Standard Specifications. B Overspray. Immediately after application, thoroughly wash off any plant materials, planting areas, fences, walls, lighting, or paved areas not intended to receive slurry mix. SP 157 OF 168 C. Debris: Upon completion of work, remove off the site all surplus materials, tools, equipment, rubbish and debris resulting from the work in conformance with Subsection 7-8 of the Standard Specifications. ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 — PLANT ESTABLISHMENT AND MAINTENANCE PART 1 —GENERAL i111115111t.YKe]111:967111TAL03 V 11 All areas constructed and landscaped by the Contractor under this contract shall be established and maintained for a duration of no less than the plant establishment and maintenance period. 1.02 DESCRIPTION A. Related Requirements: Review the Contract General Provisions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: Provide 90 -Day Plant Establishment and 365 -Day Maintenance Period, complete as specified C. Related Work in Other Sections: Earthwork and Topsoil Placement - Subsection 308-2 Planting - Subsection 308-4 Irrigation System Installation- Subsection 308-5 1.03 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. 1. Provide for all inspections and permits required by Federal, State, or local authorities in furnishing, transporting, and installing of all agricultural chemicals. 2. The County Agricultural Commissioner's Office must, by law, be given a monthly record of all herbicides, insecticides and disease control chemicals used. Provide evidence to City of this submittal. SP 158 OF 168 B. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: • "Standard Specifications" - Standard Specifications for Public Works Construction • "ASTM" - American Society for Testing and Materials. • "DIS" - Division of Industrial Safety. Apply standards for plant materials as described in the following: Fertilizing Woody Plants, University of California, Cooperative Extension Leaflet #2958, September 1979. Pruning Landscape Trees, University of California, Cooperative Extension Leaflet #2574, January 1979. Staking Landscape Trees, University of California Publication AXT-311 C. Work Force: 1. Experience: The plant establishment firm shall have a full time foreman assigned to the job for the duration of the contract in conformance with Subsection 7-6 of the Standard Specifications. He shall have a minimum of four years experience in plant establishment supervision, with experience or training in turf management, entomology, pest control, soils, fertilizers and plant identification. 2. Labor Force: The plant establishment firm's labor force shall be thoroughly familiar and trained in the work to be accomplished and perform the task in a competent, efficient manner acceptable to the City Engineer. 3. Supervision: The foreman shall directly employ and supervise the work force at all times. At least one (1) English speaking supervisor must be on site when work is being performed. Notify City Engineer of all changes in supervision. A. Submit to City Engineer for approval, two (2) copies each of the following items: 1. Schedule of establishment operations and monthly status report including list of all equipment and materials proposed for the job. 2. Written application recommendation by a licensed agricultural pest control advisor for all weed, pest and disease controls restricted by the Director of Agriculture proposed for this work. 3. All licenses and insurance required by the City of Newport Beach and the State or Federal government pertaining to this work. SP 159 OF 168 4. Monthly record of all herbicides, insecticides and disease control chemicals used for the project. 1.05 PROJECT CONDITIONS A. Site Visit: At beginning of establishment period, visit and walk the site with the City Engineer to clarify scope of work and understand existing project/site conditions. B. During the Establishment and Maintenance periods, the Contractor shall provide all watering, weeding, fertilizing, cultivating, spraying and mowing necessary to keep the plants and turf in a healthy, weed free, growing condition and to keep the planted areas neat, edged and attractive. All shrubs shall be pinched -pruned as necessary to encourage new growth and to eliminate rank sucker growth. Old wilted flowers and dead foliage shall be immediately pinched or cut off. All trees shall be pruned for structural form and health. Limbs shall be removed to the growth collar per good arboricultural practices. Reseeding as necessary to meet the conditions of required plant establishment shall be the sole cost responsibility of the Contractor. C. During the Establishment and Maintenance periods, should the appearance of any plant indicate weakness, that plant or cutting shall be replaced immediately with a new healthy plant. Any trees or shrubs with damaged cambium shall be replaced immediately. At the end of the maintenance period, all plant material shall be in a healthy growing condition and spaced as indicated on the plans. D. Irrigation 1. Contractor shall properly and completely maintain all irrigation systems, automatic and manual. A balanced watering program shall be maintained to ensure proper germination. Contractor shall be responsible for the irrigation system for the entire establishment and maintenance periods and for inspecting and determining proper soil moisture for germination and growth of all plant material. 2. All controllers are to have each station individually adjusted on a weekly basis. System shall be set considering the application rate each area is capable of receiving. The system shall operate on short intervals, with the cycle repeating at a later time to reduce runoff. 3. Maintain all valve boxes and controllers free of debris. Boxes shall remain locked at times. E. Site Maintenance 1. All planted areas shall be kept neat and clean and free of all clippings, debris and trash. SP 160 OF 168 2. All subsurface drains shall be periodically flushed with clear water to avoid build up of silt and debris. Keep all drain inlets clear of leaves, trash and other debris. 3. All paved areas shall be cleaned weekly of trash, debris and silt. 4. Re-application of mulch per project specifications at end of 365 -day maintenance where required by Landscape Architect. 5. The Contractor shall be responsible for the elimination of vertebrate pests determined by the Landscape Architect to be detrimental and damaging to the area of development. Elimination shall be performed by safe, approved methods. F. Utilities All utility costs incurred during the Establishment and Maintenance periods shall be the responsibility of the Contractor. G. Protection Protect planting areas and plants against damage for duration of Establishment and Maintenance periods. The Establishment and Maintenance Period work shall include the installation of and maintenance of temporary protection fences, barriers, and signs as required for protection of plant material. If plants become damaged or injured, treat or replace as directed by Landscape Architect at no additional cost to Owner. H. Documentation of Conditions: Document general condition of existing trees, shrubs, vines, ground covers and lawn recording all plant materials which are damaged or dying, if any. 1.06 SCHEDULING A. Perform all establishment during hours mutually agreed upon between City Engineer and Contractor. B. Work force shall be present at the project site at least once a week and as often as necessary to perform specified establishment in accordance with the approved establishment schedule. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Fertilizers: "Tri -C" Tri -C Enterprises LLC 4011 Schaefer Ave Chino, CA 91710 SP 161 OF 168 (800)927-3311 B. Herbicides: Chevron Chemical Company 575 Market Street San Francisco, CA 94105 (415)894-0880 Rhone-Poulenc Chemical Company Agro Chemical Division P.O. Box 125 Mon Mouth Junction, NJ 08852 (201)297-0100 Ciba-Geigy Corporation Agricultural Division P.O. Box 1830 Greensboro, NC 27419 (919) 292-7100 Elanco Products Company 740 S. Alabama St. Indianapolis, IN 46285 (317)261-3638 The DOW Chemical Company P.O. Box 1706 Midland, MI 48640 (517)636-0236 3M Company -Agri Chemicals Project 3M Center, Bldg. 223-6SE St. Paul, MN 55144 (317)261-3000 2.02 MATERIALS A. General: All materials and equipment, unless otherwise indicated, shall be provided by the Contractor. B. Water: Clean, potable and fresh, furnished and paid for by the Contractor. Transport as required. C. Fertilizers: 1. Top Dress Fertilizer: Tri -C 6-2-4-+ 5%S SP 162 OF 168 D. Herbicides, Insecticides, and Fungicides: 1. Obtain best quality materials with original manufacturers' containers, properly labeled with guaranteed analysis. 2. Use non -staining materials. E. Lawn Seed for Reseeding: Match existing lawn mix F. Replacement Tree Guys, Stakes, Ties and Wires: Match existing materials on the site (Provide detail(s) in 8 -1/2 -inch x 11 -inch format if necessary). PART 3 - EXECUTION 3.01 GENERAL A. Duration: Continuously maintain each plant and each portion of ground cover area after installation, during progress of work, in conformance with Subsection 308-6 of the Standard Specifications until Final Acceptance. B. Protection: 1. Protect all planting areas from damage of all kinds from beginning of work until Final Acceptance. 2. Establishment includes temporary protection fences, barriers and signs as required for protection. C. Replacements: 1. Immediately treat or replace all plants that become damaged or injured, as directed by City Engineer at no additional cost to City of Newport Beach. 2. Replacement plants shall be of a size, condition and variety acceptable to City Engineer. 3.02 TREES AND SHRUBS A. Watering Basins: 1. Maintain all watering basins around plants so that enough water can be applied to establish moisture through major root zones. 2. In rainy season, open basins to allow surface drainage away from the root crown where excess water may accumulate. Restore watering basins at end of rainy season. 3. For supplemental hand watering of watering basins, use a water wand to break the water force. Do not permit crown roots to become exposed to air through dislodging of soil and mulch. 4. Maintain originally specified depth of mulch to reduce evaporation and frequency of watering. SP 163 OF 168 5. Check for moisture penetration throughout the root zone at least once per week. B. Resetting: Reset plants to proper grades or upright position. C. Weed Control: 1. Control weeds, preferably with pre -emergent herbicides and with selective systemic herbicides. 2. All areas between plants, including watering basins, shall be weed free. 3. Use only recommended and legally approved herbicides to control weed growth. 4. Avoid frequent soil cultivation that destroys shallow roots and breaks the seal of pre -emergent herbicides. D. Pruning: 1. Prune trees to select and develop permanent scaffold branches that are smaller in diameter than the trunk or branch to which they are attached, and which have vertical spacing of 18 -inches to 48 - inches and radial orientation so as not to overlay one another. 2. Prune trees to eliminate diseased or damaged growth, and narrow V-shaped branch forks that lack strength. Reduce toppling and wind damage by thinning out crowns. 3. Prune trees to maintain growth within space limitations, maintaining a natural appearance and balancing crown with roots. 4. No stripping of lower branches ("raising -up") of young trees will be permitted. 5. Retain lower branches in a "tipped back" or pinched condition to promote caliper trunk growth (tapered trunk). Do not cut back to fewer than six (6) buds or leaves on such branches. Only cut lower branches flush with the trunk after the tree is able to stand erect without staking or other support. 6. Thin out and shape evergreen trees when necessary to prevent wind and storm damage. Do primary pruning of deciduous trees during the dormant season. Do not permit any pruning of trees prone to excessive "bleeding" during growth season. 7. Prune damaged trees or those that constitute health or safety hazards at any time of year as required. 8. Make all cuts clean and close to the trunk, without cutting into the branch collar. "Stubbing" will not be permitted. Cut smaller branches flush with trunk or lateral branch. Make larger cuts (one (1) inch in diameter or larger) parallel to shoulder rings, with the top edge of the cut at the trunk or lateral branch. 9. Branches too heavy to handle shall be precut in three stages to prevent splitting or peeling of bark. Make the first two (2) cuts 18- SP 164 OF 168 inches or more from the trunk to remove the branch. Make the third cut at the trunk to remove the resulting stub. 10. Do not prune or clip shrubs into balled or boxed forms unless specifically called for by design. E. Staking of Trees: 1. Inspect stakes at least once a month to check for rubbing that causes bark wounds. 2. Conform to the recommended procedures of staking as outlined in the University of California Publication AXT-311, "Staking Landscape Trees." F. Establishment of Existing Trees to Remain: 1. General: Conform to all applicable paragraphs regarding pruning, watering, spraying and fertilizing of new plant materials as specified in this section. 2. Be alert to symptoms of construction damage to root systems of existing trees as evidenced by wilting, unseasonable or early flowering or loss of leaves, and insect or disease infestation due to declining vigor. 3. Notify the City Engineer in writing of all evidence of declining tree vigor immediately upon discerning the problem. Take appropriate interim measures to mitigate the severity of the problem as specified in this section. 4. Submit written proposal and cost estimate for the correction of all conditions before proceeding with permanent correction work. 3.03 GROUND COVERS A. Watering: 1. Check for moisture penetration throughout the root zone at least twice a month. 2. Water as frequently as necessary to maintain healthy growth of ground covers. B. Weed Control: 1. Control weeds, preferably with pre -emergent herbicides and with selective systemic herbicides. 2. Minimize hoeing of weeds in order to avoid plant damage. 3.04 LAWNS A. Watering: 1. Water lawns at such frequency as weather conditions require, to replenish soil moisture to six (6) inches below root zone. SP 165 OF 168 2. Provide a total of 1 -1/2 -inches of water weekly during hot summer weather, in three (3) applications per week. 3. Water at night if irrigation system is electrically controlled. Otherwise, watering shall be done during early mornings. B. Weed Control: 1. Control broadleaf weeds with selective herbicides. 2. In areas where crabgrass has infested the lawn, apply a selective post -emergent herbicide as soon as possible, and prior to flowering. 3. Apply pre -emergent herbicides such as Dacthal, Balan, or Betasan prior to crabgrass germination. 4. Do not irrigate for 48 -hours after application of all herbicide sprays. 5. Coordinate application of herbicides with thatch control and reseeding schedule as described below. C. Mowing and Edging: 1. Mow lawns when they reach two (2) inches high. 2. Trim edges at least two (2) times per month or as required for neat appearance. Edging shall be performed with a blade type mechanical edger, shovel or herbicide. String whips shall not be permitted. Vacuum all clippings. 3. A grass free clear space (edge) of eight (8) inches in width shall outline all trees and two (2) inches in width shall outline all obstacles. D. Turf Maintenance Fertilization: Applied after first mowing. 1. Preparation: Immediately prior to top -dress application, cut lawn and remove clippings. 2. Application: Directly after the first mowing uniformly broadcast Gro -Power Plus at 20 -lbs per 1,000 square feet. Repeat application with the above product every 45 to 60 -days. Follow each fertilization with a thorough irrigation. Thereafter, feed with same product at same rate every eight (8) to 12 -weeks, depending on usage. Depending on conditions alternating with a balanced chemical fertilizer, so that '/2 to one (1) Ib of nitrogen is applied (18-3-7) at 8'/2 -lbs per 1,000 square feet. E. Lawn Seed for Reseeding: Match existing lawn mix F. Renovating: 1. Thatch Control: Maintain thatch layer at '/2 -inch depth or less. Verticut, as required. SP 166 OF 168 a. Three (3) weeks before verticutting lawn, apply nitrate fertilizers. b. Perform verticutting operations preferably in the Fall, but otherwise in the Spring. Remove all debris from verticutting. Over -seed as needed. C. Over -seeding must not be followed by application of pre - emergent herbicides for at least four to six (6) weeks. Normally this means that lawns invaded by weeds shall be renovated and over -seeded in the Fall, and treated for weed control in the following late Winter. 2. Aeration: a. Do not perform aeration work during season of active weed germination. b. Aerify compacted areas to improve water penetration when needed, using a piston -driven aerifier with hollow tines. Rake up and remove all resulting soil cores. Fertilize and irrigate immediately after clean up of cores. 3. Top Dress Fertilizer: As herein before specified. 3.05 NATIVE GRASSLAND A. Watering: 1. Water areas hydro -seeded with Native Grassland seed mix at such frequency as weather conditions require, to replenish soil moisture to six (6) inches below root zone. 2. Provide a total of l -/2 -inch of water weekly during hot summer weather, in three (3) applications per week. 3. Water at night if irrigation system is electrically controlled. Otherwise, watering shall be done during early mornings. B. Weed Control: 1. Control broadleaf weeds with selective herbicides upon proper identification of native plants. 2. Hand -pull other weed species upon proper identification of native plants 3.05 INSECTS, PESTS, AND DISEASE CONTROL A. Inspection: Inspect all plant materials for signs of stress, damage and potential trouble from the following: 1. Presence of insects, moles, gophers, ground squirrels, snails and slugs in planting areas. 2. Discolored or blotching leaves or needles. SP 167 OF 168 3. Unusually light green or yellowish green color inconsistent with normal green color of leaves. B. Personnel: Perform spraying for insect, pest and disease control only by qualified, trained personnel. C. Application: Spray with extreme care to avoid all hazards to any person or pet in the area or adjacent areas. 3.06 THE 90 -DAY PLANT ESTABLISHMENT PERIOD A. Preliminary Review: As soon as all plantings are completed per Contract Documents, hold a preliminary review to determine the condition of the work. B. Date of Review: Submit a written request to the City Engineer at least five (5) working days prior to anticipated date of review. C. Beginning of the 90 -Day Plant Establishment Period: The date on which the City Engineer issues a letter of Preliminary Acceptance to the Contractor. 3.07 THE 365 -DAY MAINTENANCE PERIOD A. Preliminary Review: Upon completion of the 90 -Day Plant Establishment Period, hold a preliminary review to determine the condition of the work. B. Date of Review. Submit a written request to the City Engineer at least five (5) working days prior to anticipated date of review. C. Beginning of the 365 -Day Maintenance Period: The date on which the City Engineer issues a letter of Completion of Plant Establishment to the Contractor. 3.08 FINAL ACCEPTANCE A. Acceptance: 1. Work will be accepted by the City Engineer upon satisfactory completion of all work, including Establishment Period and Maintenance Period, but exclusive of replacement of materials under the Warranty Period. 2. Submit a written request to City Engineer for review for Final Acceptance at least five (5) working days prior to anticipated Final Review date, which is at the end of the Maintenance Period. B. Corrective Work: SP 168 OF 168 1. Work requiring corrective action or replacement in the judgment of the City Engineer shall be performed within ten (10) calendar days after the Final Review. 2. Perform corrective work and materials replacement in accordance with the Drawings and Specifications, and shall be made by the Contractor at no cost to the City of Newport Beach. 3. After corrective work is completed, the Contractor shall again request a Final Review for Final Acceptance as outlined above. 4. Continue establishment of all landscaped areas until such time as all corrective measures have been completed and accepted. C. Conditions for Acceptance of Work at End of Maintenance Period: 1. Each plant shall be alive and thriving, showing signs of growth and no signs of stress, disease, or any other weaknesses. 2. All plants not meeting these conditions shall be replaced and a 90 - Day Plant Establishment Period and 365 -Day Maintenance Period commenced for such plants. D. Final Acceptance Date: The date on which the City Engineer issues a Letter of Final Acceptance. Upon Final Acceptance, the City of Newport Beach will assume responsibility for maintenance of the work. 3.09 WARRANTY PERIOD AND REPLACEMENTS OF PLANT MATERIALS A. Specific Requirements: Refer to the following sections of these Special Provisions: 1. "Irrigation" 2. "Lawns and Grasses" 1. "Trees, Shrubs and Ground Cover" TABLE OF CONTENTS BUILDING TECHNICAL SPECIFICATIONS Restroom and Butterfly Trellis Structures CONTENTS PAGE NO DIVISION 01 — GENERAL REQUIREMENTS.............................................................................3 01240 - Construction by Agency or by Separate Contractors......................................................3 01742 - Final Cleaning................................................................................................................4 DIVISION 02 - SITEWORK.........................................................................................................6 02200 - Grading (Section 300 Greenbook).................................................................................6 DIVISON 03 - CONCRETE.........................................................................................................8 03100 - Concrete Formwork.......................................................................................................8 03300 - Portland Cement Concrete (Section 201 & 303-5 Greenbook).....................................13 DIVISION 04 - MASONRY........................................................................................................15 04220 - Concrete Unit Masonry (Section 201 & 303 Greenbook).............................................15 DIVISION 05 - METALS...........................................................................................................18 05500 - Structural and Miscellaneous Metal Fabrications.........................................................18 08100 - Steel Doors and Frames..............................................................................................39 DIVISION O6 - CARPENTRY....................................................................................................21 08330 - Overhead Coiling Doors...............................................................................................42 06100 - Rough Carpentry ..........................................................................................................21 08710 - Finish Hardware...........................................................................................................44 06200 - FinishCarpentry............................................................................................................24 DIVISION 07 - THERMAL AND MOISTURE PROTECTION.....................................................26 07192 - Laminated Vapor Barrier..............................................................................................26 07510 - Built -Up Roofing...........................................................................................................27 07600 - Sheet Metal..................................................................................................................30 07610 - Sheet Metal Roofing....................................................................................................32 07900 - Caulks and Sealants....................................................................................................37 DIVISION 08 - DOORS AND WINDOWS .................................................................................39 08100 - Steel Doors and Frames..............................................................................................39 08330 - Overhead Coiling Doors...............................................................................................42 08710 - Finish Hardware...........................................................................................................44 DIVISION 09 - FINISHES.........................................................................................................48 09310 - Ceramic Tile.................................................................................................................48 09815 - Anti -Graffiti Coatings....................................................................................................51 09870 - Sandblasted Finishes...................................................................................................54 09900 - Painting........................................................................................................................55 TABLE OF CONTENTS BUILDING TECHNICAL SPECIFICATIONS Restroom and Butterfly Trellis Structures CONTENTS PAGE NO DIVISION 10 -SPECIALTIES ..................................................................................................60 10160 - Solid Phenolic Toilet Doors..........................................................................................60 10410 - Signage.......................................................................................................................63 10601 - Mesh Partitions............................................................................................................65 10800 - Toilet and Bath Accessories.........................................................................................67 10999 - Miscellaneous Specialties and Equipment...................................................................69 DIVISION 11, 12,13 AND 14 — NOT USED.............................................................................71 DIVISION 15 - MECHANICAL.................................................................................................72 15400 - Plumbing......................................................................................................................72 DIVISION 16 — ELECTRICAL..................................................................................................82 (Refer to the Park Site Plans and Specifications) SUNSET RIDGE PARK RESTROOM DIVISION 01 — GENERAL REQUIREMENTS SECTION 01240 (ARTICLE 6) CONSTRUCTION BY AGENCY OR BY SEPARATE CONTRACTORS PART 1 -GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents shall be carefully noted. 1.02 CITY -FURNISHED, CONTRACTOR -INSTALLED PRODUCTS A. City -Furnished Products: City will furnish, for installation by Contractor, products which are identified on the Drawings and in the Specifications as "CFCI (City- Furnished/Contractor-Installed)", "installed by General Contractor," or similar terminology. B. Relationship to Work Under the Contract: Work under the Contract shall include all provisions necessary to fully incorporate such products into the Work, including, as necessary, fasteners backing, supports, piping, conduit, conductors and other such provisions from point of service to point of connection, and field finishing, as shown on Drawings and specified herein. 1.03 CONCURRENT WORK UNDER SEPARATE CONTRACTS A. Work furnished by the City or Under Separate Contracts: City will award separate design and construction contracts concurrent with this Contract and in the future, as determined by the City Representative, for work listed below and for other work as City may determine. Such work under separate contracts may be indicated on the Drawings and in the Specifications as "Not in Contract', "NIC', "Future" or "Under Separate Contract'. Such items include: 1. Landscape irrigation modifications 2. Utility connections 3. Re-establishment of turf and plant materials B. Relationship to Work Under the Contract: Work under the Contract shall Include all provisions necessary to make such concurrent work under separate contracts complete in every respect and fully functional, including field finishing. Provide necessary Project Coordination for the smooth construction process. C. Documents for Work Under Separate Contracts: City will make available, in a timely manner, drawings, specifications or the description of work under City crews for coordination and further description of that work. END OF SECTION 01240 ( ARTICLE 6) CONSTRUCTION BY AGENCY OR BY SEPARATE CONTRACTORS DIVISION 01 - GENERAL REQUIREMENT PAGE 3 SUNSET RIDGE PARK RESTROOM SECTION 01742 — FINAL CLEANING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Cleaning at completion of the Project. B. Related Requirements: Cleaning for specific products or work as described in the specification Section for such products or work. 1.02 QUALITY ASSURANCE A. Cleaner's Qualifications: A firm regularly engaged and specializing, for the preceding five (5) years, in the final cleaning of new buildings. B. Regulatory Requirements: Conform to the applicable regulations of the air quality management district in force at the time of the performance of the work of this Section. PART 2 -PRODUCTS 2.01 MATERIALS A. Use only cleaning materials and methods recommended by the manufacturer of the material to be cleaned, and by the cleaning material manufacturer. Do not use cleaning materials which will create hazards to health or property, or that will damage surfaces. PART 3 - EXECUTION 3.01 FINAL PROJECT CLEANING A. Upon the completion of the work, thoroughly clean interior of the Project area, including fixtures, equipment, walls, floors, and hardware. Remove dust, dirt, paint, and other finishes and stains. Thoroughly clean accumulated debris from sills, ledges, horizontal projections, steps, rails, and other surfaces. Clean and polish natural metals. 1. Utilize sweeping compound to minimize dust. 2. Remove grease, mastic, adhesives, fingerprints, labels, and other foreign materials from sight -exposed interior and exterior surfaces. 3.02 FINAL SITE CLEANING A. Broom clean exterior paved surfaces. Make clean other surfaces of the grounds. B. Hose down and scrub where necessary concrete and walks soiled as a result of the construction work. Thoroughly remove mortar and paint droppings from walks and pavements. C. Remove from the site construction waste, unused materials, excess earth, and debris resulting from the work. DIVISION 01 - GENERAL REQUIREMENT PAGE 4 SUNSET RIDGE PARK RESTROOM D. Legally dispose of off-site, rubbish and debris occasioned by final cleaning. Do not use city park waste containers for trash generated by construction. E. Prior to final completion, or AGENCY occupancy, conduct an examination of sight - exposed interior and exterior surfaces, and all work areas, to verify that entire work is clean. END OF SECTION 01742 — FINAL CLEANING END OF DIVISION 01 — GENERAL REQUIREMENTS DIVISION 01 - GENERAL REQUIREMENT PAGE 5 SUNSET RIDGE PARK RESTROOM DIVISION 02 - SITEWORK SECTION 02200 - GRADING (SECTION 300 GREENBOOK) PART 1 - GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Green book) shall apply, except as modified herein. Refer to the overall park grading plans and specifications for specific specifications. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Description of System: Perform Clearing, grubbing, Structure excavation & backfill as necessary preparation for the construction of the Restroom & trellis structures as required by the attached Geo Tech report in the Appencix. PART 2- PRODUCTS 2.01 MATERIALS A. SECTION 300-2.2 General (replace the first paragraph with the following) Material that is unsuitable for its planned use shall be excavated and disposed of in a legal dumpsite or landfill. B. Section 300-5.2 Imported Borrow (add the following sentence to the first paragraph) Import borrow expansion index shall not exceed 20. PART 3- EXECUTION 3.01 INSTALLATION A. Perform Clearing, grubbing per 300-1 B. Section 301-1.1 General(delete the first sentence and replace with the following) This section shall govern the preparation of natural, filled or excavated building pads and pavement area material prior to placement of sub -base or base material, pavement, sidewalks or other such facilities as called for the plans and Specifications. All grading and site preparation shall conform to the Geotechnical report that is located in the appendix. C. Prior to construction, the site should be cleared of topsoil, vegetation, trash, and debris, which should be disposed of offsite. Efforts should be made to locate any existing or abandoned utility lines in the area. Those lines should be removed or rerouted if they interfere with the proposed construction, and the resulting cavities should be properly backfilled and compacted. DIVISION 02 - SITE WORK PAGE 6 SUNSET RIDGE PARK RESTROOM To reduce the potential for adverse differential settlement of the proposed improvements, the existing fill shall be removed and re -compacted within the improvement area. The depth of removal is anticipated to be two (2) to three (3) feet. Local areas may require deeper excavations to remove the fill and unsuitable soil. The over -excavation and re -compaction should extend laterally to a minimum of three (3) feet beyond the improvement area, wherever possible. Protect adjacent existing trees. Exposed sub -grade soil surfaces, including all excavation or removal bottoms, should be observed by the geotechnical consultant's representative prior to placement of fill or other improvements to verify that suitable soil is exposed. Sub -grade surfaces suitable for fill placement or other improvements should be scarified to a depth of six (6) inches, moisture -conditioned to two (2) to three (3) % above optimum -moisture content and compacted to a minimum of 90 % of the ASTM Test Method D1557 laboratory maximum density. The onsite soil, free of topsoil, vegetation, organic material, cobbles, boulders, rubble or rock six (6) inches or larger, is suitable to be used as compacted fill. Import soil should be evaluated and tested by the geotechnical consultant before importing. All fill soil should be placed in thin, loose lifts, moisture -conditioned, as necessary, to two (2) to three (3) % above optimum moisture content, and compacted to minimum of 90 % as determined by ASTM Test Method D1557. Aggregate base should be compacted to a minimum of 95 % relative compaction. END OF SECTION 02200 - GRADING (SECTION 300 GREENBOOK) END OF DIVISION 02 - SITEWORK DIVISION 02 - SITE WORK PAGE 7 SUNSET RIDGE PARK RESTROOM DIVISION 03 - CONCRETE SECTION 03100 CONCRETE FORMWORK PART 1 -GENERAL 1.01 DESCRIPTION A. The special provisions of the agreement, including standard specifications and general requirements, are an integral part of this specification and of the agreement. B. Description of System: Prepare subgrade, provide and secure formwork, ties, metal door frames, shoring, bracing, scaffolding, anchorage and blockouts. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Rough grading, reinforcing, site concrete work, and cast -in-place concrete. 1.03 ITEMS SPECIFIED ELSEWHERE TO BE INSTALLED BY THIS SECTION A. Restroom pre -cast signs. 1.04 QUALITY ASSURANCE A. Comply with requirements of the following codes and standards. All references to the codes and standards specified herein are to the latest approved issue or revision. 1. The Standard Specifications for Public Works Construction. All provisions of the "Standard Specifications for Public Works Construction", latest edition, form a part of this Section except as modified herein. 2. American Concrete Institute Standard ACI 347, 'Recommended Practice for Concrete Formwork', latest edition. 3. Uniform Building Code. B. Construct and erect formwork in accordance with ACI 318. Design forms and falsework to adequately support live and dead loads, including equipment, concrete drops, pressures of foundations, etc. C. Follow recommendations of ACI 318 and 347. D. Work of this section shall be provided by a qualified contractor approved by the engineer. The Concrete Formwork Contractor shall demonstrate qualifications to perform the work of the Section by submitting the following documentation: 1. List of at least three (3) projects, satisfactorily completed within the past three (3) years, of similar scope and complexity to this project. Include the address of the project as well as the owners name, address and telephone number. 2. The engineer reserves the right to reject the concrete formwork contractor if the above items are not adequate. 1.05 ARCHITECT REVIEW A. Architect will review for general architectural applications only. DIVISION 03 - CONCRETE PAGE 8 SUNSET RIDGE PARK RESTROOM Design of formwork for structural stability and sufficiency is the sole responsibility of the workers and contractors. Notify the Architect 48 -hours prior to placing concrete, to facilitate site review. PART 2 -PRODUCTS 2.01 FORMWORK: Plywood backed, sandblasted board forms sufficient for structural and visual requirements. A. Provide APA Plywood B -B plyform or, high density overlay one side for forms, sound, undamaged, and clean for the interior face of walls and sandblasted random boards as detailed for the exterior. B. Plywood forms shall be constructed of at least %-inch thick, or greater thickness sufficient to support concrete at temperature and rate poured, 5 -ply, Plyform grade, Douglas fir in as large sheets as practical, with the face grain running opposite to the studs and with 12 -inches on centers maximum stud spacing unless detailed otherwise. The joints in exposed concrete shall be planed perfectly smooth and flush, be centered on a stud or on solid blocking, be so laid out as to reduce the number of joints to the minimum and be sealed by buttering the joints with a paste of white lead and oil at the time of the erection of the forms. Horizontal joints shall be located at least 18 -inches above construction joints. Do not use chamfered corners. 2.02 LUMBER: A. Provide Douglas Fir, construction grade. 2.03 ACCESSORIES: A. Provide nails, spikes, lag bolts, through bolts, and anchorages as require, of sufficient strength, length and character to maintain formwork during pouring operations. B. Form ties shall be submitted for approval to the Engineer. The ties shall be adjustable in length so as to permit the tightening of the forms and be of such type as to leave no metal closer than one (1) inch to the surface. Wire ties will not be permitted. Ties that will be pulled from the wall shall be coated with grease or other approved material to facilitate removal. 2.04 DOVETAIL ANCHOR SLOTS: A. Provide minimum 25 gage galvanized steel foam filled type, with release tape sealed slots, bent tab anchors, secureable to formwork. PART 3 - EXECUTION 3.01 FORMWORK: A. Formwork shall conform to the shapes, lines and dimensions indicated on the drawings, and be completely watertight, free from bulges, and designed and braced to withstand the pressure of fresh concrete maintaining their position and shape. Construct forms to be removable without prying against concrete. DIVISION 03 - CONCRETE PAGE 9 SUNSET RIDGE PARK RESTROOM Construct formwork in accordance with recommendations of Section 401 of ACI 347. Temporary openings shall be provided at the bottom of all wall forms to facilitate cleaning and inspection immediately before depositing the concrete. B. An inside form shall not be placed until the side form and the reinforcement are in place. Joints which would permit the leakage of grout shall be sufficient cause for the rejection of the forms. C. All wire ties, metal rods or reinforcing dowels and the pre -cast RR signs shall be positioned and installed in an approved manner. All bolts, dowels and plates shall be of the size and shape and be placed as indicated on the drawings or on the shop drawings of the various trades. D. Particular care shall be exercised in the construction and layout of the forms to prevent the necessity of cutting the concrete after it is in place. Proper provisions shall be made for all openings, offsets, recesses, moldings, anchorage, blocking and other features of the work indicated on the drawings or required. The forming and cutting or repairing required for the work of other trades shall be performed as a part of the work of this section. E. Verify accuracy of lines, levels and centers. Refer to plans for patterns and textures. Forms may be re used. Align joints and make them watertight. G. Observe the setting of reinforcing to ensure secure and accurate placement prior to placing concrete. H. Maintain tolerances of ACI 347. 3.02 SCAFFOLDING AND SHORING A. The appropriate scaffolding, shoring and planking required to complete the work of this section shall be provided. The shoring shall be substantially constructed, be located and installed so as to preclude any perceptible deflection of the members supported under the loadings superimposed thereon and be double -wedged at the bottom on bearing blocks of sufficient size to satisfactorily distribute the construction loads. The wedges shall be kept tight during the placing of the concrete. The contractor shall take full responsibility for the construction means, methods, techniques, sequences, procedures, safety precautions and programs in the design and construction of all scaffolding and shoring 3.03 TIE RODS: A. Tie rods that will be entirely removed from the wall shall be loosened 24 -hours after the concrete is place. All but a sufficient number of ties to hold the forms in place many be removed at that time but the forms shall be held in position at least four (4) days (except that two (2) days will be considered sufficient if high early strength Portland cement is used). In no case shall the ties or forms be removed until the concrete has hardened sufficiently to permit their removal without damaging the concrete. Care shall be exercised to avoid spalling the concrete on any exposed surfaces. Ties of uniform diameter that are wholly withdrawn from the wall shall be pulled toward the inside face. Cutting ties back from the face of the wall will not be permitted. DIVISION 03 — CONCRETE PAGE 10 SUNSET RIDGE PARK RESTROOM B. After being thoroughly wetted, the tie rod holes shall be filled solid with mortar. For holes passing entirely thru a wall, a plunger type gun or other device shall be used to force the mortar all the way thru the wall, starting at the back face. A piece of burlap or canvas shall be held over the hole on the outside an when the hole is completely filled, the excess mortar shall be struck off flush with the surface. C. Holes not passing entirely thru the wall shall be filled with a small tool that will permit packing the hole solid with mortar. Any excess mortar at the surface of the wall shall be struck off flush with a cloth. 3.04 EMBEDDED ITEMS AND ROUGH HARDWARE: A. Every workman of other trades who is required to fasten his work to the concrete work or is required to insert therein any pipe, box, bolt, anchor or other rough hardware shall be afforded every facility for accurately setting such items. No pipe shall be embedded in the concrete unless specifically detailed, or approved by the structural engineer. shafts thru the roof slabs for pipes, ducts, conduit and raceways shall be framed by the form carpenters. B. No boxes greater than three (3) inches in depth shall be set in concrete walls unless a 12 -inch clear distance is maintained between the boxes. No boxes shall be set in concrete structural slabs so that the upper surface is less than one (1) inch below the top surface of the slab. Where boxes might interrupt the reinforcing steel, no local offsetting of the steel will be permitted. C. The concrete contractor shall actively solicit all information required for the accurate locating of all other trades' sleeves and openings. D. Wood Inserts and Nailers: Shall be approved preservative -treated lumber. Set all required nailing locks, grounds, and other inserts as required. Wood plugs shall not be used. E. Other Trades: Allow other trades to set work which is to be embedded in concrete such as hangers, boxes, conduit, sleeves, etc. Coordinate with Electrical and Mechanical trades to locate required openings for ducts, pipes, etc. and inserts. Required openings shall be reinforced as directed by Engineer. 3.05 WETTING AND OILING FORMS: A. The inside surfaces of wood board forms shall be soaked with clean water and be kept continuously wet for 12 -hours before any concrete is placed. In case the forms have been erected for some time and have become dry so that the joints have opened, the forms shall be thoroughly soaked at least twice a day for at least three (3) days prior to placing the concrete. If the forms cannot be tightened to the satisfaction of the Engineer, they shall be torn down and be rebuilt. B. Plywood forms other than B -B plywood (pre oiled) shall be treated with an approved form oil. All excess oil shall be wiped off with rags to leave the surface of the forms just oily to the touch. The form oil used shall not have an effect on the bond of any paint, stain, or other finish material that may be applied to the concrete surfaces at a later time. DIVISION 03 - CONCRETE PAGE 11 SUNSET RIDGE PARK RESTROOM 3.06 FORM REMOVAL: A. Do not remove formwork, shoring and bracing until such time as concrete has gained sufficient strength to carry its own weight, and construction and design loads which are liable to be imposed upon it. Verify strengths by compressive strength test results. Loosen forms carefully. Do not wedge pry bars, hammers or other tools against concrete surfaces. END OF SECTION 03100 CONCRETE FORMWORK DIVISION 03 - CONCRETE PAGE 12 SUNSET RIDGE PARK RESTROOM SECTION 03300 - PORTLAND CEMENT CONCRETE (SECTION 201 & 303-5, GREENBOOK) PART 1 - GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Green book) shall apply, except as modified herein. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Related Work Specified in other Sections: 1. Reinforcing steel. 2. Refer to Plans for additional requirements for reinforcing and concrete. 3. Anchor bolts furnished by Rough Carpentry. 4. Formwork D. Items specified elsewhere to be installed by this section. 1. Vapor barrier 2. Sealing E. Description of System: Furnish and install all concrete work, including formwork, footings, slabs sand base, stains & sealer. The exterior walls of the structure shall be integrally colored. 1.02 GENERAL (SECTION 201-1.1.1, GREENBOOK) (add the following sentence to the second paragraph)Type V Portland cement will be required for all concrete used on the project site. 1.03 CONCRETE SPECIFIED by CLASS and ALTERNATE CLASS (SECTION 201-1.1.2) (add the following to the end of the Section) All non -reinforced Portland Cement Concrete called for on the Plans and in the Specifications shall be Class 560-C-3250 & ASTM C979 - Pigments for integrally colored concrete. 1.04 CHEMICAL ADMIXTURES (SECTION 201-1.2.4, GREENBOOK) (delete the entire section and replace with the following) No chemical admixtures will be allowed unless the Contractor receives prior written approval from the City of Newport Beach. 1.05 FLY ASH (SECTION 210-1.2.5, GREENBOOK) (delete the entire Section and replace with the following) No Fly Ash will be allowed for use in making concrete for this project. 1.06 RECLAIMED CONCRETE MATERIAL (SECTION 201-1.2.6, GREENBOOK) (delete the entire Section and replace with the following) No reclaimed concrete material will be allowed for use in making concrete for this project. 1.07 REINFORCEMENT (SECTION 201-2, GREENBOOK) Refer to Structural Plans for additional requirements. All reinforcing bars to be epoxy coated grade 60 unless specified different on plans. DIVISION 03 - CONCRETE PAGE 13 SUNSET RIDGE PARK RESTROOM 1.08 COLOR ADDITIVES Manufacturer: Davis Colors, 800-356-4848, www.daviscolors.com. Install per mfg. instructions. 1.09 SUBMITTALS A. Certification: Suppliers shall furnish certification attesting that materials meet specification requirements. Submit concrete mix designs, per standard specifications B. Furnish documentation that all final floor finishes meet the minimum static coefficient of friction of 0.6 - ASTM C1028. C. On site mock-ups: Furnish two (2); five (5) ft x five (5) ft x 3 -'/z -inch sample of each type of concrete finish, including special forming and color specified for sample staining and approval. Remove from the site upon completion of the project. D. Submit construction joint locations in walls, beams, slabs, parapets, etc. Provide six (6) copies for review and approval to the Engineer. END OF SECTION 03300 - PORTLAND CEMENT CONCRETE (SECTION 201 & 303-5 GREENBOOK) END OF DIVISION 03 - CONCRETE DIVISION 03 - CONCRETE PAGE 14 SUNSET RIDGE PARK RESTROOM DIVISION 04 - MASONRY SECTION 04220 - CONCRETE UNIT MASONRY (SECTION 201 & 303 GREENBOOK) PART 1 - GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Green book) shall apply, except as modified herein. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Related Work Specified in other Sections: 1. Reinforcing steel. Refer to Plans and Concrete Section. D. Description of System: Furnish and install all concrete block, including all shapes necessary to complete the project, install hollow metal door frames. 1.02 TESTING LABORATORY SERVICES: Laboratory selection, payment and reports in conformance with General Conditions and Section "Quality Control Services'. Perform following tests: A. Concrete Masonry Units: Sampled and tested in accordance with ASTM specifications C140 and in addition shall have a maximum linear shrinkage of .06 % from the saturated to the oven dry condition. B. Cement: Sample and test cement or provide mill test reports. C. Mortar: Take minimum of one (1) set of cylinders on each of first three (3) days of masonry work and thereafter at least one set on each 5,000 square feet of wall area placed. D. Grout: Make same number of tests as specified for mortar. 1.03 QUALITY ASSURANCE A. All masonry work shall be continuously inspected. B. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. C. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: • "Standard Specifications" — Standard Specifications for Public Works Construction • "UBC" — Uniform Building Code • "ASTM" — American Society for Testing and Materials DIVISION 04 - MASONRY PAGE 15 SUNSET RIDGE PARK RESTROOM • "DIS' — Division of Industrial Safety Refer to Section 01400. PART 2 -PRODUCTS 2.01 MATERIALS A. Refer to the drawings for minimum requirements, otherwise Concrete Masonry Units shall conform to the Standard Specifications for Public Works. Provide concrete masonry units as required for random ashlar layout, consisting of approximately 30% eight (8) inches H x 16 -inches L units, 20% four (4) inches H x 16 -inches L units, 20% four (4) H x 16 -inches L units, 20% eight (8) inches H x eight (8) inches L units, 20% four (4) inches H x eight (8) inches L units, thickness as shown on plans. Concrete masonry units shall be splitface on all exterior walls in compliance with ASTM C90, Grade N, Type I, modular and match the existing park restroom buildings located at Bonita Park. Split face on exterior walls. B. Type S Mortar: One (1) part Portland cement, four (4) parts sand, '/< minimum to '/2 maximum part hydrated Type S lime. Provide minimum ultimate compressive strength of 1,500 psi. Mortar shall be color matched to block. C. Grout: One (1) part Portland cement, three (3) parts sand, two (2) parts pea gravel, and appropriate amount of clean water to make grout fluid, fc equals 3,000 psi. D. REINFORCEMENT (SECTION 201-2, GREENBOOK) Refer to Structural Plans for additional requirements. All reinforcing bars to be epoxy coated grade 60 unless specified different on plans. PART 3 - EXECUTION 3.01 GENERAL A. Conform to Section 303-4 of the Standard Specifications. Lay masonry in straight courses in running bond pattern. Faces of masonry units shall be all in one plane. Make horizontal and vertical mortar joints %-inches thick. Carry courses up at same level at wall intersections and corners, or slope back. No toothed joints permitted. Cut units with masonry saw. Clean concrete surfaces receiving first course of masonry by removing entire surface of concrete, exposing clean aggregate. Tops of walls not covered shall be filled with grout and trowelled smooth. Lay masonry surface dry. 3.02 STORAGE AND HANDLING A. Keep dry, protect faces. 3.03 GROUTING A. Grout all cells. Vertical cells shall have vertical alignment, to maintain continuous unobstructed vertical cell area of three (3) inches x three (3) inches. Grout shall be sufficiently fluid to ensure complete filling of all sections of units, but not so thin as to allow segregation of aggregate. DIVISION 04 - MASONRY PAGE 16 SUNSET RIDGE PARK RESTROOM In no case shall grout contain more than seven (7),'/: gallons of water per sack of cement. Grouting of cells shall conform to UBC 2404 (f) and 24-G. Provide cleanouts for all pours in excess of 5 feet or split grout into two placements not to exceed five (5) foot height at direction of City Inspector. When grouting is stopped for a period of one hour or longer, horizontal construction joints shall be formed by stopping the grout one inch below top of upper -most unit. 3.04 REINFORCING A. Bars shall be straight unless hooks or bends are shown. Lap as shown. Hold firmly in place by means of frames or other suitable devices. Place steel to ensure minimum grout cover of '/2 -inch. Take care to prevent movement or jarring of reinforcing while placing masonry. Use positioning spiders to hold vertical bars in place. 3.05 INSERTS A. Place inserts in masonry as necessary for work of other trades. Grout solidly in place with not less than one (1) inch of grout surrounding inserts. 3.06 CURING A. Do not saturate with water for curing or any other purpose. 3.07 CLEANING A. Exercise extreme care to prevent mortar from coming in contact with exposed concrete masonry surfaces. Remove excess mortar immediately from surfaces to prevent stain. Completed masonry work shall be free of stains or marks from mortar or grout or other foreign materials. 3.08 CLEANING AT COMPLETION A. Tuck point holes /a -inch or more. Grind off lumps, clean debris and surplus. Leave the masonry clean and free of mortar drops, sandblast if necessary. END OF SECTION 04220 - CONCRETE UNIT MASONRY (SECTION 201 & 303 GREENBOOK) END OF DIVISION 04 — MASONRY DIVISION 04 - MASONRY PAGE 17 SUNSET RIDGE PARK RESTROOM DIVISION 05 — METALS SECTION 05500 — STRUCTURAL & MISCELLANEOUS METAL FABRICATIONS PART 1 - GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: Mesh panels, finish painting, and substrates to which fabrications are to be attached or embedded. C. Description of System: Provide miscellaneous & structural metal fabrications such as angles, plates, gates and structural steel trellis. 1.02 QUALITY ASSURANCE A. Codes and Standards: Provide materials complying with the following standards and industry recommendations: ASTM A36, A47, A48, A53, A108, A283, A296, A306, A312, A314, A366, A475, A512, A525, A526, A554, A569, B108, B209, B221, SSPC, NAAMM, and AA. 1.03 SUBMITTALS A. Submit fabrication shop drawings on all items to be provided. Where other than mill finishes are specified, provide samples of required finish which will be reviewed for color, texture, style, and finish. PART 2 -PRODUCTS 2.01 MISCELLANEOUS METAL ITEMS: Manufacture or fabricate items of sizes, shapes and dimension required. Furnish steel washers. Gates to be tubular type 316 stainless steel with a #4 finishHot dip galvanize all metal work after fabrication unless otherwise indicated. All projections, barbs, and icicles shall be removed after galvanizing. A. Fabricate miscellaneous units to sizes, shapes and profiles shown or, if not shown, of required dimensions to receive adjacent other work to be retained by framing. Except as otherwise shown, fabricate from structural steel shapes and plates and steel bars, of welded construction using mitered joints for field connection. Cut, drill and tap units to receive hardware and similar items. Grind and polish all welds. B. Equip units with integrally welded anchor straps for casting into poured concrete wherever required. Furnish inserts if units must be installed after concrete is placed. Except as otherwise shown, space anchors 24 -inch o.c. and provide minimum anchor units of 1 '/4 -inch x Y4 -inch x eight (8) inch steel straps. 2.02 STRUCTURAL STEEL TRELLIS shall be high strength weathering steel (Corten) ASTM A847 as noted on the structural drawings. DIVISION 05 - METALS PAGE 18 SUNSET RIDGE PARK RESTROOM PART 3 - EXECUTION 3.01 Fabrication: A. Verify actual field dimensions prior to any fabrication. B. Fabricate items with joints neatly fitted and properly secured. C. Fit and shop assemble in largest practical sections for delivery to site. D. Grind exposed welds smooth and flush with adjacent finished surfaces. E. Exposed mechanical fastenings: flush countersunk screws or trim back bolts, consistent with design of structure, except where specifically noted otherwise. F. Make exposed joints flush butt type hair -line joints where mechanically fastened. G. Steel Pipe: Fabricate standard weight Schedule 40 pipe to dimensions and details shown, with smooth bends and welded joints ground smooth and flush. All radius shall be made with a mandrel or be preformed, assuring a smooth transition without any deformations. Where details are not shown, use 1 '/4 -inch I.D. steel pipe. H. Supply components required for proper anchorage of metal fabrications. Fabricate anchorage and related components of same material and finish as metal fabrication, unless otherwise specified or shown. Thoroughly clean surfaces of rust, scale, grease and foreign matter prior to prime painting and galvanizing. J. Hot dip galvanize all miscellaneous metal fabrications exposed to view, (interior and exterior) and prime paint all other items. Do not shop prime surfaces in direct contact with concrete or other cementitious materials, or requiring field welding. Shop prime in two coats. Provide aluminum G60 galvanized coating where galvanizing is required. 1. ASTM A123 for galvanizing rolled, pressed and forged steel shapes, plates, bars and strip''% -inch thick and heavier. 2. ASTM A386 for galvanizing assembled steel products. Do galvanizing after fabrication with work assembled in as large sections as can be handled. 3. ASTM A153 for galvanizing iron and steel hardware. 4. Hot dip galvanize all exterior ferrous metal work after fabrication. K. Shop Painting: Shop paint miscellaneous metal work, except members or portions of members to be embedded in concrete or masonry & weathering steel, surfaces and edges to be field welded, and galvanized surfaces, unless otherwise specified. 1. Remove scale, rust and other deleterious materials before applying shop coat. Clean off heavy rust and loose mill scale in accordance with SSPC SP -3 "Power Tool Cleaning". DIVISION 05 - METALS PAGE 19 SUNSET RIDGE PARK RESTROOM 2. Remove oil, grease and similar contaminants in accordance with SSPC SP- 1 "Solvent Cleaning". 3. Immediately after surface preparation, brush or spray on primer in accordance with manufacturer's instructions, and at a rate to provide uniform dry film thickness of 2.0 mils for each coat. Use painting methods which will result in full coverage of joints, corners, edges and exposed surfaces. 4. Apply one (1) shop coat to fabricated metal items, except apply two (2) coats of paint to surfaces inaccessible after assembly or erection. Change color of second coat to distinguish it from the first. 3.02 Obtain approval of Architect prior to site cutting or making adjustments which are not part of intended work or are not shown on shop drawings. 3.03 Install items square and level, accurately fitted and free from distortion and defects. 3.04 Make provisions for erection stresses by temporary bracing. Keep work in alignment. 3.05 Replace items damaged during installation. 3.06 Perform field welding in accordance with AWS D1.1. 3.07 After installation, touch-up field welds and scratched and damaged paint, or coated surfaces. Use primer consistent with shop finish. 3.08 Supply and assist with setting all items requiring to be cast into concrete, or embedded in masonry, complete with necessary setting templates. END OF SECTION 05500 — STRUCTURAL & MISCELLANEOUS METAL FABRICATIONS END OF DIVISION 05 — METALS DIVISION 05 - METALS PAGE 20 SUNSET RIDGE PARK RESTROOM DIVISION 06 — CARPENTRY SECTION 06100 - ROUGH CARPENTRY PART 1 -GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Green book) shall apply, except as modified herein. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Related Work Specified Elsewhere: Finish hardware, millwork and other finish carpentry. D. Description of System: Roof Framing systems, plywood, miscellaneous blocking and rough hardware, and miscellaneous metal connections. 1.02 QUALITY ASSURANCE A. Provide lumber with visible grade stamp of an approved agency certified by NFPA. Ensure glue laminated members are certified by AITC. B. Reference Standards: 1. PS 20 - American Softwood Lumber Standard. 2. NFPA-National Forest Products Association, National Design Specifications for Stress Grade Lumber and Its Fastening. 3. West Coast Lumber Inspection Bureau (WCLIB), Number 16 - Standard Grading and Dressing Rules for West Coast Lumber. C. Requirements of Regulatory Agencies: Comply with UBC, Chapter 25. D. Decay and Termite Protection: Foundation plates and sills on concrete or adjacent to masonry. Treated wood shall comply with American Wood Preserver's Association Specification P5-65 and C1-65. Treat with chromated zinc chloride or "Wolman Salts". Apply 0.35 Ib. of preservative per cubic foot of wood. Coat lumber surfaces cut after treatment by dipping or brushing with preservative identical to original type used. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver and store materials at job site in a safe area, out of traffic and shored up off ground surface. B. Identify framing lumber by grades and store grades separately from each other. C. Protect products with adequate waterproofing. D. Exercise care in off-loading lumber to prevent damages, splitting and breaking. DIVISION 06 - CARPENTRY PAGE 21 SUNSET RIDGE PARK RESTROOM 1.04 SEASONING A. Deliver materials at earliest date possible to allow maximum drying time on site. B. Pile and strip lumber at site to allow free circulation of air with pile protected from sun and moisture. C. Air -season all lumber for as long as possible (60 -days preferable) near jobsite before covering with finish materials. PART 2 — PRODUCTS 2.01 LUMBER A. Refer to plans for wood grades and species - otherwise - Blocking, Backing, and Furring: standard grade, Douglas fir. B. Water -borne Preservating: Copperized chromated zinc chloride TT -W-00562, or Wolman CCASalts, TT -W-500 and TT -W-535. C. Plywood Siding — T-111 %-inch DF APA 303.oc (clear) with grooves at four (4) inch centers. 2.02 ACCESSORY MATERIALS A. Nails, Spikes, and Staples: Common, except as otherwise indicated, hot dipped galvanized. B. Steel hardware and stock framing connectors: ASTM A36 steel, galvanized. Tobin Steel, Simpson, KC Metals, or other approved manufacturer. C. Lag Bolts: FS FF -B-561. Machine Bolts: ASTM A307, hot dip galvanized. D. Wood Preservation: Wolmanizing treatment at least two (2) weeks prior to delivery to site. PART 3 — EXECUTION 3.01 SELECTION OF LUMBER A. Carefully select all members. B. Cut out and discard defects which will render a piece unable to serve its intended function. Lumber may be rejected by Architect, whether or not it has been installed, for excessive warp, twist, bow, crook, mildew, fungus, or mold, as well as for improper cutting and fitting. 3.02 PLYWOOD PLACEMENT A. Place all plywood with face grain perpendicular to supports and continuously over at least two supports, except where otherwise detailed. B. Center joints accurately over support unless otherwise shown on drawings. DIVISION 06 - CARPENTRY PAGE 22 SUNSET RIDGE PARK RESTROOM C. Protect plywood from moisture and construction damage until succeeding component or materials are installed to cover plywood. Failure to do so will require the Contractor to install an additional layer of '/z -inch underlayment at his own cost. 3.03 FASTENING A. Use only common wire nails or spikes of dimensions required. B. For conditions not covered on drawings, provide penetration into piece receiving point not less than 1/2 length of nail or spike, provided that 16d nails may be used to connect two (2) pieces of two (2) inch thickness. C. For bolts, drill holes 1/32 inch larger in diameter than bolts being used. Drill straight and true from one side only. D. Bolt threads shall not bear on wood. Use washers under head and nut where both bear on wood. Use washers under all nuts. E. For lag screws, and wood screws, pre -bore holes same diameter as root of threads; enlarge holes for shank diameter for length of shank. F. Screw, do not drive, all lag screws and wood screws. END OF SECTION 06100 - ROUGH CARPENTRY DIVISION 06 - CARPENTRY PAGE 23 SUNSET RIDGE PARK RESTROOM SECTION 06200 - FINISH CARPENTRY PART 1 -GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Greenbook) shall apply, except as modified herein. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Related Work Specified Elsewhere: Finish hardware, rough carpentry, and miscellaneous specialties. D. Description of System: Installation of finish hardware, miscellaneous specialties, and wood trim as required. PART 2 — PRODUCTS 2.01 FINISH LUMBER A. PS 20; graded in accordance with NFPA Grading Rules; as scheduled with a maximum moisture content of ten (10) % for interior work, 18 % for exterior work. PART 3 — EXECUTION 3.01 SELECTION OF LUMBER A. Refer to plans for wood grades, type and species. Carefully select all members. Select members so that defects will not interfere with proper nailing or making proper connections, and not impair achievement of proper finished appearances where to be exposed. 3.02 GENERAL FABRICATION A. Manufacture, mill, fabricate, assemble and finish all millwork by skilled mechanics, using approved standard methods of manufacture and workmanship. B. Ensure that moldings and trims are true to detail, clean and sharply defined. Kerf or back out flat members to prevent warping. C. Conceal means of fastening where other than glue joinery is employed. Use fine casing nails, carefully set without hammer marks. D. Countersink without impact, counterbore and carefully plug with wood of same kind and color as surrounding surfaces in exposed locations. E. Scribe all interior wood finish and other millwork neatly and accurately in place, maintaining flush width end members where possible. DIVISION 06 - CARPENTRY PAGE 24 SUNSET RIDGE PARK RESTROOM Apply all trim in full lengths without piecing. Bevel joints at 45 degrees to face of mold. Miter all exterior angles and cope interior angles. 3.03 INSTALLATION OF MISCELLANEOUS SPECIALTIES AND FINISH HARDWARE A. Installer must examine conditions under which all items to be installed. Notify contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory conditions have been corrected. B. Install in strict accordance with manufacturer's printed instructions. Install true, plumb, and level, securely and rigidly anchored to substrate with tamper -proof concealed stainless steel fasteners. C. Protect adjacent or adjoining finished surfaces and work from damage during installation of work in this section. END OF SECTION06200 - FINISH CARPENTRY END OF DIVISION 06 — CARPENTRY DIVISION 06 - CARPENTRY PAGE 25 SUNSET RIDGE PARK RESTROOM DIVISION 07 - THERMAL AND MOISTURE PROTECTION SECTION 07192 - LAMINATED VAPOR BARRIER PART 1 -GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Work Included in this Section: Provide vapor barrier membrane systems on grade. 1.02 GUARANTEE A. Provide two (2) year unconditional written guarantee against defects of materials and workmanship which allows water or moisture into areas of the structure which were to be protected by this membrane. Pay for costs of repairing or replacing the defective membrane, as well as all costs of exposing and recovering membrane, and consequential damages to persons and property resultant of defective materials or workmanship. PART 2 -PRODUCTS 2.01 ON -GRADE A. Provide two (2) ply cross laminated high density polyethylene Rufco #400, as manufactured by Raven Industries (800) 227-2836, 15 mil "Soco-Shield —VB -15 coextruded polyolefin film. As distributed by Camp Sales 760-941-2453 or equal. PART 3 - EXECUTION 3.01 Install over two (2) inch clean sand bed - overlap six (6) inch and seal with caulking or pressure sensitive tape as recommended by manufacturer. Protect during construction. END OF SECTION07192 - LAMINATED VAPOR BARRIER DIVISION 07—THERMAL & MOISTURE PROTECTION PAGE 26 SUNSET RIDGE PARK RESTROOM SECTION 07510 - BUILT-UP ROOFING PART 1 -GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. 1.02 WORK INCLUDED: Provide built-up roofing, cants & required flashing. 1.03 QUALITY ASSURANCE: A. Present evidence from manufacturer that manufacturer's field representative assisted in the inspection of the substrates; that he inspected the materials and products upon their arrival to the project site; and that he oversaw, inspected and approved the initial installation of each and every major roofing component. B. 24- hours prior to commencing roofing installation, meet at the project site with the Contractor, roofing materials field representative, Owner's representative and other parties requested by Architect, to discuss the execution of this roofing system installation. 1.04 CODES AND STANDARDS: Perform work and provide materials and products in accordance with the following reference standards: UL, ASTM D312 and D2178. 1.05 GUARANTEE: Roofing system, including roofing membranes, asphalts, mastics, flashings, saddles, cants and flexible flashings shall operate as a harmonious assembly providing a watertight installation. Ensure the water- tightness of the completed installation under a ten (10) year roofer's guarantee, and compose the system of materials and products which have demonstrated a 20 -year life. Ensure the eligibility of the finally installed system and materials for a manufacturer's bond for ten (10) years, or a ten (10) year renewable service guarantee, should the Owner elect to purchase same. Prior to installing any roofing materials, notify Owner of costs of bonds and guarantees available on system to be installed for his election to purchase same. Submit samples of bonds and guarantees for Owner's information. 1.06 SUBMITTALS: A. Submit a brief typewritten resume of the roofing sub- contractor responsible for the completion of this project, and include a list of at least five (5) projects of similar size and nature using the same manufacturer's materials in the same system, which have shown no problems with watertight integrity of the installed roof for at least the last two years. B. Submit two (2) copies of manufacturer's and NRCA's standard details covering specific conditions of this project. In the event such standard details are not available which cover such specific conditions, prepare and submit shop drawings which do detail all of the conditions which will exist. DIVISION 07 — THERMAL & MOISTURE PROTECTION PAGE 27 SUNSET RIDGE PARK RESTROOM PART 2 -PRODUCTS 2.01 Provide glass fiber composition roofing plies in a recognized three (3) or four (4) ply system of such materials weighing 240 to 260 lbs per 100 square feet, manufactured by Gaf, Gemstar, Manville, Conglas, Tamko, Evans, Tremco, Celotex, or Owens-Corning Fiberglas. All roofing components shall be from a single manufacturer and a single source. 2.02 MATERIALS A. Glass fiber plies: at least two (2); ASTM D2178, Type IV; cut into 18 -foot lengths and allowed to relax before installation. B. Cap Sheet: Glass fiber type, minimum 90 Ib; white mineral surfaced. C. Asphalt Cement: Conform to ASTM D2822. D. Bitumen: Conform to ASTM D312, Type I or II, as required for slope. E. Mechanical Fasteners: Provide type and size recommended in writing by roofing materials manufacturer. PART 3 - EXECUTION 3.01 Do not install any roofing components until all other work required on roof is completed, such as placement of curbs and cut-outs for mechanical equipment, pipes, ducts, sky- lights and hatches. 3.02 Install all roofing materials and products in accordance with printed recommendations of the National Roofing Contractor's Association (MRCA) and the literature and details of the manufacturer of the roofing materials and components. 3.03 Mechanically fasten first ply to the deck at least in the entire eight (8) foot perimeter. This mechanical fastening is in addition to adhesion with asphalt. 3.04 Ensure that each ply is completely embedded in asphalt, and that there is asphalt separating each ply completely. 3.05 Ensure that completed assembly and materials comply with UL Class B ratings. 3.06 It is recognized that hot asphalt roofing operations are generally not sanitary operations, however, protect all other installed materials, assemblies, and products, and those about to be installed. Provide clean-up at end of operations. 3.07 Upon completion of installation, conduct a water test as follows: along complete roof area high points, with drains plugged, using two (2) standard garden hoses turned on to full force of at least 25 lbs pressure each, openings within ten (10) feet of each other, allow to run for one (1) hour before moving to the next adjacent area. DIVISION 07 - THERMAL & MOISTURE PROTECTION PAGE 28 SUNSET RIDGE PARK RESTROOM If roof shows any signs of water/moisture intrusion to interior of building, repair defects in roof and then re -test. Continue to test and correct defects until no more defects occur. If more than five (5) % of the built-up roof area is found to be defective, roof shall be torn off and re -roofed. If insulation beneath roof deck is damaged as a consequence to these leaks, roofer is responsible for its replacement. END OF SECTION07510 - BUILT-UP ROOFING DIVISION 07 - THERMAL & MOISTURE PROTECTION PAGE 29 SUNSET RIDGE PARK RESTROOM SECTION 07600 —SHEET METAL PART 1 -GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: 1. Roofing and roof related flashing. C. Description of System: Provide all non roof -related flashings, counterflashings, access doors. 1.02 QUALITY ASSURANCE A. Perform all sheet metal work, including fabrications, in strict accordance with Sheet Metal and Air Conditioning Contractors National Association (SMACNA) Architectural Manual. 1.03 SUBMITTALS A. Submit copies of standard details covering all sheet metal conditions and fabrications to be necessary on the project. Where standard details do not exist, prepare and deliver such details to the Architect. 1.04 GUARANTEE A. Protect products and accessories against damage. B. Flashing system, including framing, caulking, windows, shall operate as a harmonious assembly providing a water -tight installation. Ensure the watertightness of the completed installation under a five year guarantee. PART 2 -PRODUCTS 2.01 MATERIALS A. Prefabricated Items: Where prefabricated sheet metal items are available and are exactly as required for the installation, they may be used. These items are to be manufactured by Construction Specialties, KC Metals, Fry or other approved. B. Access Doors and Vents: Provide galvanized units appropriate for the installation conditions, prime painted, manufactured by Inryco, or other approved. C. Fasteners and Clips: Provide as required and appropriate for the materials being fastened. Where fasteners and clips may be exposed to outside weather conditions, provide stainless steel type. DIVISION 07 — THERMAL & MOISTURE PROTECTION PAGE 30 SUNSET RIDGE PARK RESTROOM PART 3 - EXECUTION 3.01 INSTALLATION: Install all materials in accordance with good trade practices and in accordance with the SMACNA Architects Manual. Accurately form all sheet metal to the dimensions and shapes required. Finish with true, straight sharp lines and angles. Cope at intersections to a precise fit and securely solder, braze or weld according to the best practices for the material. Solder joints slowly, with full flowing solder and make neat, as thin as consistent for the joints so formed. Reinforce as required. Hem all exposed edges of metal work %-inch. 3.02 Sheet Metal Features and related work are not necessarily individually described. The descriptions of sheet metal work following usually includes the most important parts and those requiring detail. Provide other work as indicated or necessary. 3.03 INSTALLATION/APPLICATION/PERFORMANCE A. Flash around all exterior openings in the building where other waterproofing methods are insufficient. 3.04 DRIPS: Provide at door heads, top of window walls, and elsewhere as shown or required. Provide miscellaneous flashings as shown and required to complete entire project. 3.05 Conceal fastenings as much as possible. Build in expansion and contraction joints where necessary. Seal laps in Hydroseal, or other approved. 3.06 Immediately following installation of sheet metal work, touch-up areas where primer has been removed during installation operations and where soldering has occurred. END OF SECTION 07600 — SHEET METAL DIVISION 07 - THERMAL & MOISTURE PROTECTION PAGE 31 SUNSET RIDGE PARK RESTROOM SECTION 07610 - SHEET METAL ROOFING PARTI- GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: 1. Non -roof related flashing. C. Description of System: All roofing, flashing, counter flashings, trim necessary for a complete roofing job. 1.02 QUALITY ASSURANCE A. Furnish names of Owners and Architect/Engineer of two (2) buildings on which Applicator has installed satisfactory roofs similar to type herein specified, which have shown no problems with watertight integrity of the installed roof for at least the last two (2) years and a brief typewritten resume of the roofing subcontractor responsible for the completion of this project. B. Applicator shall have at least three (3) years experience in application of roofs of type herein specified C. Reference Specification: SMACNA (Sheet Metal and Air Conditioning Contractors Sheet Metal Manual specifications shall be used as a guide and basis for details wherever applicable. NRCA (The National Roofing Contractors Association) Roofing and Waterproofing Manual (including Construction Details), and Handbook of Accepted Roofing Knowledge. Manufacturer's Handbook of Construction Details. 1.03 SUBMITTALS A. Shop Drawings: 1. Submit in accordance with Contract Conditions. 2. Submit small-scale layout of roof plan, indicating the extent of work to be performed. Include cut -through sections of roof, fascia, walls, siding and soffits, for each condition, detailing flashings and trims for various conditions, such as edge, outside/inside corners, ridge, valleys, gutters, end wall terminations, closures, etc., to provide a full and complete installation. 3. Distinguish between factory -furnished and field -assembled work. B. Samples: Submit two (2) foot long sample panel indicating the metal, gauge, color, texture, and finish proposed. DIVISION 07 — THERMAL & MOISTURE PROTECTION PAGE 32 SUNSET RIDGE PARK RESTROOM Show pattern, finish, color and thickness. C. Certificate: Furnish manufacturer's certificate that roofing materials meet or exceed the requirements of this specification. 1.04 DELIVERY, STORAGE, AND HANDLING A. Unload panels by hand to prevent damage. Do not use forklifts. B. Inspect delivered materials; file freight claim for panels damaged during shipment, and order replacement panels without delay. Do not install damaged panels. C. Store materials on pallets and protect from damage. Prevent interference to/by other trades, and any other adverse job conditions. 1.05 PROTECTION A. Protect products and accessories against damage and discoloration. B. Avoid overloading roof with stored materials. C. Do not permit material storage or traffic on completed roof surfaces. 1.06 GUARANTEE: Roofing system, including roofing membranes, asphalts, mastics, flashings, saddles, cants and flexible flashings shall operate as a harmonious assembly providing a watertight installation. Ensure the water- tightness of the completed installation under a two (2) year roofer's guarantee, and compose the system of materials and products which have demonstrated a 20 -year life. Ensure the eligibility of the finally installed system and materials for a manufacturer's bond for five (5) years, or a five (5) year renewable service guarantee, should the Owner elect to purchase same. Furnish manufacturer's written ten (10) year guarantee for crack, check or peal, chalking. PART 2 -PRODUCTS 2.01 MATERIALS A. Metal roofing shall be manufactured by AESpan, Berridge, Fabrel, or equal B. Anchor panels by clips to the lock at 24 -inch o.c. All clips and fasteners to be concealed. C. .032 -inch aluminum alloy 3105-H14 or equal; or 24 hot dipped, galvanized steel, G-90, ASTM A-446, Grade C, 40 KSI yield point, with baked -on smooth finish. 2.02 FINISHES: Full-strength 70% Kynar 500 fluorocarbon (polyvinylidene fluoride, PVF ) baked -on coating, factory -applied prior to rollforming. The treatment shall be a three -coat system: A single coat of corrosion -resistant epoxy -base primer followed by two coats of 70% Kynar; film thickness of 1.0 mil each. The reverse side of the panels shall be treated with an epoxy -base primer, followed by a washcoat. Furnish with protective coating. DIVISION 07 - THERMAL & MOISTURE PROTECTION PAGE 33 SUNSET RIDGE PARK RESTROOM 2.03 PERFORMANCE PROPERTIES A. Weathering - no checking, blistering or adhesion loss when tested for 5,000 hours in accordance with ASTM G-23-69. B. Humidity - shall be less than five (5) % of number 8 blisters when tested for 5,000 hours in 100% humidity at 100 degrees F in accordance with ASTM D- 2247. C. Salt Spray - no more than 3/16 -inch creep of tape off from scribe and less than five (5) % number 6 blisters when tested for 1,000 hours in five (5) % salt fog at 95 degrees F in accordance with B-117. D. Flexibility - no rupture of coating when subjected to a 180 bend around a '/a -inch mandrel in accordance with ASTM D-1737. E. Hardness - will be F -2H pencil hardness when tested in accordance with D- 3363. 2.04 FABRICATIONS A. Flashings and Trim: All exposed standard or special flashings, trim and such other brake formed shapes like ridge caps, valleys, eave/sill flashings, copings, etc. shall be either factory or field -formed in (.032 -inch aluminum) (24 gauge steel), in finish and color to match the panels, furnished with strippable protective coating. Caulking to be furnished at those trim conditions recommended by the manufacturer and as designated on shop drawings. B. Accessories such as clips, closures, fasteners, etc. shall be as recommended by the manufacturer. 2.05 COLOR: Metal roof color to be as scheduled. Contractor to submit sample for final approval of color by Owner and Architect. 2.06 UNDERLAYMENT: One layer of Vycor Ultra (by Grace, (800) 521-2737). 2.07 FASTENERS A. Application over wood sheathing to be with standard HDG roofing nails or bugle head drywall screws - making sure that fasteners do not penetrate the finished ceiling. B. Component fasteners for trim and flashing items. 1. Phillips drive'/2-inch long flat head seam screws. 2. Galvanized roofing nails at 12 -inch o.c. 3. Steel pop rivets. PART 3 - EXECUTION 3.01 INSPECTION: 24 -hours prior to commencing roofing installation, meet at the project site with the Contractor, roofing materials field representative, Owner's representative and other parties requested by Architect, to discuss the execution of this roofing system installation. DIVISION 07 — THERMAL & MOISTURE PROTECTION PAGE 34 SUNSET RIDGE PARK RESTROOM A. Verify substrate is uniform, even and symmetrical. Inspect to assure that all purlins or structural/ framing members are flat and insulation is embedded symmetrically so when the metal panel is applied, it will not appear wary or distorted. B. Provide written report of discrepancies or variations in the substrate. C. Do not begin installation until unsatisfactory conditions are corrected. D. Do not proceed with installation until adjoining areas scheduled for stucco treatment have been sandblasted and cleaned up. E. Beginning of installation shall signify acceptance of substrate and adjacent conditions as being proper and acceptable. 3.02 PREPARATION A. Field Measurements: Before fabricating sheet metal, verify shapes and dimensions of surfaces to be covered. B. Protective Coating: Coat contacting dissimilar metals with Asphaltic Compound, seven (7); '/z mil dry film thickness, minimum, applied to each contacting metal face. 3.03 INSTALLATION/APPLICATION/PERFORMANCE: Installation shall be made in accordance with the manufacturer's Handbook of Construction Details or layout drawings. SMACNA Architectural Sheet Metal Manual, and NRCA Roofing and Waterproofing Manual and Handbook of Roofing Knowledge shall be used as guides and for details wherever applicable. Provide proper care during installation to avoid damage or scratching to the exterior surface of the panels caused by walking, use of improper tools, that would otherwise mar the finish. A. General: 1. Install plane surfaces and seams without waves, warps, buckles, fastening stresses or distortion, allowing fully for expansion and contraction. 2. Coordinate work of other trades affecting Sheet Metal Roofing. 3. Exercise proper care during installation to avoid damage or scratching of the panels. Avoid walking over the metal roof after installation is completed. B. Underlayment: 1. Secure to substrate with minimum anchorage. 2. Lap joints two (2) inches (50mm) minimum, and install in direction of waterflow. C. Slip Sheets: 1. Install over underlayment, and secure with minimum anchorage. 2. Lap joints as recommended and install in direction of waterflow. DIVISION 07 - THERMAL & MOISTURE PROTECTION PAGE 35 SUNSET RIDGE PARK RESTROOM D. Roof Panels: Install over slip sheets using clips spaced as per manufacturer's recommendations using screws. Flash roof penetrations with material matching roof panels, and make wateright by soldering. All field -formed flashings, cutting edges shall be sharp, clean and must be properly dressed. No face penetrations or perforations shall be made in metal panels by fasteners without architect's prior approval. End -lap all flashings and trim at least three (3) inches; all gutters must be mitered, soldered and caulked to be watertight. All butt joints must be caulked. Soldered areas shall be counter -flashed or painted to match. Dissimilar metals: When fastening dissimilar metals like aluminum to galvanize steel or other special metals like anodized aluminum or copper, use stainless steel fasteners. E. Repairing: Repair or replace damaged work. 3.04 CLEANING AND PROTECTION A. As work progresses, strip off all protective film, wash with mild detergent, rinse with clean water. B. Leave work clean and free of stains, scrap and debris. END OF SECTION 07610 - SHEET METAL ROOFING DIVISION 07 - THERMAL & MOISTURE PROTECTION PAGE 36 SUNSET RIDGE PARK RESTROOM SECTION 07900 - CAULKS AND SEALANTS PARTI- GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. Related Work Specified Elsewhere: Glass and glazing, and sealants used in conjunction with concrete flatwork. C. Description of System: Furnish and install caulking as indicated and specified, complete. Principal item of work is caulking of openings and joints indicated, as well as expansion joints in ceramic tile, specified and required to make entire building weather and watertight. This section contains general specifications for caulking throughout the project. 1.02 QUALITY ASSURANCE A. Provide an installation in strict compliance with Title 24 requirements. Install ceramic tile expansion joints in accordance with TCA Handbook - EJ171. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver sealant and caulking compound in unopened factory -labeled containers, labels bearing statement of conformance to standards specified for each material. 1.04 GUARANTEE A. Furnish a written guarantee for a period of five (5) years from date of final acceptance covering exterior sealant work for watertightness of the system. PART 2 -PRODUCTS 2.01 MATERIALS A. Provide acrylic or terpolymer acrylic base, chemical curing, self -leveling type, urethane at ceramic tile (with a hardness of 35 or greater) non -sagging, uniform, homogeneous and free from lumps, capable of being continuously immersed in water, withstand movement up to 12.5 % of joint width, and satisfactorily gunnable at 70 degrees F., non -staining and non- bleeding, in colors matching adjacent surfaces or as selected by the Architect. No extra cost to Owner will be allowed for special colors selected ASTMC 920. Acceptable products are Mono manufactured by Tremco, and One Part Acrylic Sealant manufactured by DAP, and Geoseal Products. C. Where required, provide acoustical sealants manufactured by USG or other approved; highly resilient, permanently flexible, and shrink and stain resistant. DIVISION 07 - THERMAL & MOISTURE PROTECTION PAGE 37 SUNSET RIDGE PARK RESTROOM D. Back-up strip shall be a flexible and compressible type of closed -cell foam polyethylene, butyl rubber, or open cell and closed cell polyurethane, rounded at surface to contact sealant. PART 3 - EXECUTION 3.01 Verify colors with Architect, apply and install sealant where shown on drawings, apply and install sealant materials wherever expansion and contraction occurs between materials and products which could lead to infiltration of moisture, water, light, or air blown particles into building; and within building where changes of materials in same or different planes could allow moisture, water, air, or light to penetrate. 3.02 Provide acoustical sealants on, around and between building construction members such as framing, panel boxes, cutouts for penetrations of other materials or equipment, etc., where walls and floors are designed to be sound attenuated or acoustically treated. 3.03 Apply compounds strictly in accordance with manufacturer's instructions and supervision. Caulk joints before adjacent surfaces are waterproofed or painted. Apply caulking compounds to a clean, dry surface free from grease, oil, wax or other foreign matter tending to destroy or impair adhesion. Clean and prime in accordance with compound manufacturer's instructions. Carefully protect adjoining surfaces from staining. Immediately remove any material on surfaces not to receive caulking and restore the finish as required. 3.04 Protect all work from damage until dry. END OF SECTION 07900 - CAULKS AND SEALANTS DIVISION 07 - THERMAL AND MOISTURE PROTECTION DIVISION 07 - THERMAL & MOISTURE PROTECTION PAGE 38 SUNSET RIDGE PARK RESTROOM DIVISION 08 — DOORS AND WINDOWS SECTION 08100 - STEEL DOORS AND FRAMES PART 1 -GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Green book) shall apply, except as modified herein. B. The general provisions of the contract, including general conditions and general requirements, apply to the work specified in this section. C. Description of System: Furnish materials and perform labor required to execute this work as indicated on the drawings, as specified, and as necessary to complete the contract, including, but not limited to, these major items: 1. Furnish stock hollow metal doors and frames manufactured by a single firm specializing in the production of this type of work. 1.02 QUALITY ASSURANCE A. Follow Steel Door Institute (SDI) recommendations for materials and installation procedures. Manufactured units must be labeled and certified according to Section 2-5304, Table 2-53S, Standards for Doors and Windows of Title 24. 1.03 MANUFACTURERS: Manufacturers offering products to comply with the requirements for stock hollow metal frames include the following: A. AMWELD B. REPUBLIC STEEL CORP. C. STEELCRAFT MFG. CO. 1.04 SUBMITTALS: A. Manufacturer's Data: For information only, submit two (2) copies of manufacturer's specifications for fabrication and shop painting, and installation instructions. Indicate by transmittal form that one copy of instructions has been distributed to the installer. B. Shop Drawings: Submit in accordance with General Conditions. Submit six (6) copies for review and approval. Show fabrication, erection of hollow metal work and location in building. Include installation requirements of finish hardware including reinforcements. Show details of joints and connections. Show anchorages and accessory items. DIVISION 08 - DOORS AND WINDOWS PAGE 39 SUNSET RIDGE PARK RESTROOM PART 2 -PRODUCTS 2.01 MATERIALS A. Hot -rolled Steel Sheets and Strip: Commercial quality carbon steel, pickled and oiled, complying with ASTM A-568 and ASTM A-569. B. Cold -rolled Steel Sheets: Commercial quality carbon steel, Type E, matte finish, complying with ASTM A-366 and ASTM A-568. C. Louvers, Inserts, Bolts and Fasteners: Provide manufacturer's standard units. D Fabrication, General: Fabricate hollow metal units to be rigid, neat in appearance and free from defects, accurately formed to the required sizes and profiles. Dress all welded joints on exposed surfaces flush and smooth to be invisible when prime painted. Use of metallic filler to conceal manufacturing defects is not acceptable. E. Finish Hardware Preparation: Prepare hollow metal units at manufacturer's plant to receive mortise and concealed finish hardware, including cut outs, reinforcing, drilling and tapping. Comply with applicable requirements of ANS A115 "Specifications for Door and Frame Preparation". Prepare for other mortised and concealed finish hardware to the templates of the manufacturer of each finish hardware item required in the work. F. G-60 galvanize doors and frames after fabrication and apply powder coat "Interpon D2000" — Redwood. Or as scheduled on the drawings. 2.02 STOCK HOLLOW METAL FRAMES: Provide 16 gage stock hollow metal frames for doors and other openings, as shown on drawings. Conceal all fastenings. Countersink exposed screws using Phillips flat -head screws. Fire rated where required. A. Rubber Door Silencers: Drill stops to receive two (2) silencers on strike jambs of single -swing frames and four (4) silencers on heads of double -swing frames. Install plastic plugs to keep holes clear during construction. 2.03 HOLLOW METAL DOORS: 16 gauge -comply with SDI -100 for materials, quality and construction details. Unit welded construction. Mortise and reinforce doors for hardware. Provide 9 gauge reinforcing for butts, 12 gauge for locksets and all surface applied hardware. Drill and tap in accordance with templates furnished by Finish Hardware Supplier. PART 3 — EXECUTION 3.01 DELIVERY: Furnish all hollow metal units as shown and scheduled on the drawings. Installation of hollow metal frames in masonry is work of Section 04220 — Masonry. 3.02 In general, install doors and frames in accordance with SDI 100 and 105 respectively. DIVISION 08 - DOORS AND WINDOWS PAGE 40 SUNSET RIDGE PARK RESTROOM 3.03 Install frames plumb, rigid and in true alignment, and fastened so as to retain their position and clearance during construction of partitions and walls. Ensure dimensional tolerance and stability of frames for proper installation and operation of hardware and doors. 3.04 Following installation, provide protection of frames until frames are to be finish painted. Touch-up shop applied primer on doors and frames following installation and just prior to finish painting. END OF SECTION 08100 - STEEL DOORS AND FRAMES DIVISION 08 - DOORS AND WINDOWS PAGE 41 SUNSET RIDGE PARK RESTROOM SECTION 08330 - OVERHEAD COILING DOORS PART 1 -GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. 1.02 SCOPE: Provide complete operating door assemblies including door curtains, guides, counterbalance mechanisms, hardware, operators and installation accessories, as shown on the drawings and herein specified, complete. 1.03 QUALITY ASSURANCE: Provide each rolling door as a complete unit produced by one manufacturer, including hardware, accessories, mounting and installation components. 1.04 INSERTS AND ANCHORAGES: Furnish inserts and anchoring devices which must be built into masonry for the installation of the units. Provide setting drawings, templates, instructions and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. See masonry sections of these specifications for installation of inserts and anchorage devices. 1.05 SUBMITTALS A. Shop Drawings: Submit shop drawings for special components and installations as indicated in the drawings which are not fully dimensioned or detailed on manufacturer's data sheets. Submit five (5) copies per General Conditions. Providing only the standard manufacturer's data without taking the job conditions into consideraton is not acceptable. PART 2 -PRODUCTS 2.01 DOOR CURTAIN MATERIALS AND CONSTRUCTION A. As scheduled on the drawings, as manufactured by the Cookson Co., (602) 272- 4244 or equal. • Overhead — CD10-2 crank operated G-90 galvanized with powder "colorcoat" finish. PART 3 - EXECUTION 3.01 INSPECTION: Installer must examine the substrates and conditions under which the coiling counter door units are to be installed and notify the Contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. DIVISION 08 - DOORS AND WINDOWS PAGE 42 SUNSET RIDGE PARK RESTROOM 3.02 INSTALLATION A. Install door and operating equipment complete with necessary hardware, in accordance with final shop drawings, manufacturer's instructions and as specified herein. B. Upon completion of installation including work by other trades, test and adjust doors to operate easily, free from warp, twist or distortion. END OF SECTION 08330 - OVERHEAD COILING DOORS DIVISION 08 — DOORS AND WINDOWS PAGE 43 SUNSET RIDGE PARK RESTROOM SECTION 08710 - FINISH HARDWARE PART 1 -GENERAL 1.01 A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Green book) shall apply, except as modified herein. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Related Work Specified Elsewhere: Installation of finish hardware, toilet compartment hardware, toilet room accessories, signs of all kinds, rough hardware. D. Description of System: All finish hardware for the building shall be furnished complete except as otherwise specified. 1.02 GENERAL REQUIREMENTS A. All items of hardware required to complete this work shall be furnished. Items of hardware not definitely specified shall be provided of a type and quality suitable to the service required and comparable to other hardware specified. B. All hardware shall comply with applicable fire and building codes. 1.03 CONTRACTOR'S QUALIFICATIONS A. Finish hardware contractor shall be a duly recognized. distributor or dealer of the make of hardware bid upon. B. Contractor shall provide a qualified member of the American Society of Hardware Consultants (AHC) or other qualified employee acceptable to the Owner, and available for consultation and service by the Owner and the General Contractor as required. 1.04 SUBMITTALS A. Hardware Schedule: Submit six (6) copies of the complete hardware schedule and 'catalog cuts' for approval within 30 -days after award of contract. Clearly indicate any deviations from the schedule specified. Approval of hardware schedule shall not be construed as certifying its completeness but only that it has been checked for manufacture and finish. Within 30 -days after approval of hardware schedule, arrange a meeting with the Owner to establish keying system. The Owner will prepare a master keying chart per "Newport Beach Harbor Lock". Changes shall not be made in the hardware schedule or keying chart after their approval without written consent. B. Samples: Submit samples of hardware to the Owner and Architect for approval as requested. Tag all items and indicate manufacturer's name, finish, catalog number, and intended location in the building. Samples will be held by the Owner until the completion of finish hardware installation. DIVISION 08 - DOORS AND WINDOWS PAGE 44 SUNSET RIDGE PARK RESTROOM C. Templates: Furnish all templates to standards in accordance with approved hardware schedule as required to prepare doors and frames to receive finish hardware. Furnish templates in accordance with door and frame manufacturer's production schedules in order not to delay the progress of the job. 1.05 WARRANTY A. Provide written guarantee from hardware supplier as follows: 1. Closers: 2. Hinges: 3. Other Hardware: PART 2 -PRODUCTS 2.01 DOOR BUTTS Ten (10) years Life of the Building Two (2) years A. Furnish 1-1/2 pair each leaf to seven (7) foot six (6) inches high. Add '/3 pair each leaf over seven (7) foot six (6) inches for each 2-'/zfeet. All outswinging doors to have butts with nonremoveable pins with set screw in barrel. (NRP) 2.02 DOOR MUTES A. Furnish three (3) at each single door and two at each pair of doors. 2.03 LOCKSETS A. Locksets shall be by SCHLAGE, 6 pin completely assembled from box to door. All outswinging exterior doors shall have extended escutcheons extending '/z -inch over the door frame. Escutcheons shall be cast and knobs of heavy forged bronze, reinforced of .080 thickness. Locks shall have box strikes and they shall be of sufficient length and have curved lips to protect trim and jambs. All component parts of locks shall be of one manufacture. 2.04 DESIGN AND FINISH A. Design shall be as shown in schedule. Finish shall be as shown in schedule throughout unless specified elsewhere. 2.05 WEATHER STRIPPING A. Shall be provided at all doors. 2.06 FASTENERS A. Conceal all fasteners where manufacturer provides that option with the product. Where exposed fasteners are used, provide phillips head type, with flat head for countersinking. PART 3 - EXECUTION 3.01 PACKING AND MARKING DIVISION 08 - DOORS AND WINDOWS PAGE 45 3.02 3.03 3.04 SUNSET RIDGE PARK RESTROOM A. All hardware shall have the required screws, bolts, and fastenings necessary for its installation packed in the same package with the hardware including instruction. Each package shall be legibly marked and adequately labeled indicating the part of the work for which it is intended. Each marking shall correspond to the number shown on the approved hardware schedule. Provide door designations and all other identifying information as required. B. Deliver hardware, as an obligation under this Section, to the General Contractor at the job site or to the plant or business address of the subcontractor responsible for installation of hardware. C. Deliver hardware when and as required for preparation of doors and frames to receive hardware or for installation in such quantities and at such times as to maintain normal job progress and prevent delay of the work. KEYING A. Hardware Supplier is responsible for initiating and conducting meeting(s) with the Owner to determine Key System requirements. For estimate use Master Kay charges. Furnish written approval of the keying system from the Owner. Furnish construction key system in accordance with lock manufacturer's standard. Stamp keys "Do Not Duplicate". Key system shall be Schlage 6 pin. B. Furnish factory -keyed locks and cylinders; factory to maintain permanent records of the key system. C. Permanent keys shall be delivered only to Owner's representative. Contact Charles Coakley, Facilities Supervisor at (714)644-3067 for keying requirements. POST CONSTRUCTION A. After installation, provide Owner with call-back service for one year. B. Regardless of Owner requests under guarantee, return to site after six (6) months and re -adjust hardware for smooth and correct operation. C. Contact Owner's Representative to schedule re -adjustment work. SCHEDULE OF FINISH HARDWARE A. The following is a schedule of hardware to be furnished for this work. Refer to the drawings for which hardware set is used on each door. The material listed shall conform throughout to the requirements of the foregoing specifications: MANUFACTURERS: ABBR NAME PHONE FAX GLY Glynn Johnson Corp (800)525-0336 (800)525-0337 LCN LCN Closers (815)875-3311 (815)875-3222 SCH Schlage Lock Co (415)467-1100 (415)468-3423 STA Stanley Hardware (203)225-5111 (203)827-5729 TRI Trimco (213)262-4191 (213)264-7214 DIVISION 08 — DOORS AND WINDOWS PAGE 46 3.05 SUNSET RIDGE PARK RESTROOM ULT Altra Industries (213)260-7330 (213)260-4840 B. FINISHES L9080P- ANSI US DESCRIPTION BASE METAL 600 USP Primed For Paint Steel 613 US10B Dark Oxidized Satin Bronze, Oil Rubbed Bronze 690 US20 Dark Bronze Painted C. HARDWARE SET 01: 3EA Hinge CBK 1960 4-'/z x 4 '/z NRP SEC STUD 613 STA 1 EA Storeroom Lockset ITEM L9080P- HB LVR 06A INSIDE MTG BRKT XL11-465 613 SCH IEA Flush Pull 1111A 613 TRI 1EA Lock Protector LP12 613 GLP 1 EA Holder PAH -60 690 LCN 21 EA Door Stop F908OX 613 BBW (Mount so that no portion of Stop is greater than four (4) inches away from wall) EQUALS A. The following are approved manufacturers for this work which comprise the base bid: ITEM MANUFACTURER HINGES (M) MCKINNEY LOCKSETS (No Equal) DOOR HOLDERS (G) GLYNN JOHNSON WEATHERSTRIPPING (P) PEMKO DOOR STOPS (B) BBW MISC FLAT GOODS (B) BBW AUTO FLUSH BOLTS (D) DCI The Contractors shall base his bid on items exactly as specified. Requests for substitutions shall be submitted in accordance with the General Conditions of the specification. END OF SECTION 08710 - FINISH HARDWARE END OF DIVISION 08 — DOORS AND WINDOWS DIVISION 08 - DOORS AND WINDOWS PAGE 47 SUNSET RIDGE PARK RESTROOM DIVISION 09 - FINISHES SECTION 09310 - CERAMIC TILE PARTI-GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: Substrates. C. Description of System: Provide tiles, including trims, mortars, and grouting required for installation. Include an allowance for the purchacing of the tile mural for $800. 1.02 QUALITY ASSURANCE A. Codes and Standards: Perform work and provide materials in accordance with recommendations of TCA and ANSI. B. Conditions: Provide sufficient light and heat (except where impractical such as outdoors) and ventilate in areas where work is being performed. Take precautionary measures to ensure that excessive temperature changes do not occur. Do not start work until the substrate is satisfactory. 1.03 PRODUCT DELIVER, STORAGE AND HANDLING A. Deliver manufactured materials in original sealed containers with manufacturer's name, brand and grade seals affixed or sealed within. Keep materials dry until used. Provide an allowance of $800 for the purchase of the drinking fountain mural. B. Furnish tile to water blaster for signs. 1.04 SUBMITTALS A. Provide manufacturer's standard samples for selection of type, style, finish and color of units, including samples of grout available. Refer to the plans for color schedule. B. Certification: Suppliers shall furnish certification attesting that materials meet specification requirements. C. Furnish documentation that all final floor finishes meet the minimum static coefficient of friction of 0.6 - ASTM C1028. PART 2 -PRODUCTS 2.01 MATERIALS DIVISION 09 - FINISHES PAGE 48 SUNSET RIDGE PARK RESTROOM A. Tiles: Provide full bodied, dry pressed, dense, modified square edged tiles with lugs on all sides for proper spacing. Provide units and colors as scheduled. B. Mortar and Grout: Provide mortar and grout materials manufactured by Upco, L & M Surco, or other approved, in colors selected. C. Leveling Coat: Provide a latex cement leveling coat where necessary to achieve required degree of evenness. D. Provide full line of trims, coves, caps and bullnoses. E. Ceramic Mural to be purchaced from"Concept Studio" attn: Maia Ziegler Dwyer (949) 759-0606 ext. 105. F. Membrane (between slab and setting bed) Custom Trowel and Seal. G. Elastomeric Joint Caulk: Where indicated on the drawings, and elsewhere as required provide: 1. All joints between floors and walls and at joints between tile and dissimilar materials. a. Custom Building Products Polyblend® Ceramic Tile Caulk. PART 3 - EXECUTION 3.01 WALL TILE: Install Latex - Portland cement mortar in accordance with ANSI A108.5 and TCA - W202. At eight (8) x eight (8) tile locations, float block wall surface with skim coat of Latex -Portland cement mortar prior to tile installation, to provide a flat, uniform substrate. 3.02 FLOOR TILE: Install in cement mortar with epoxy grout in accordance with ANSI A108.6 and TCA - F132. 3.03 Ensure cleanliness of substrates prior to installing materials, all work shall be true, within a tolerance of /e -inch in ten (10)'. 3.04 Place materials in accordance with patterns shown on drawings or required by Owner. Carefully plan material layouts for largest possible cut pieces, equal at opposite sides of areas being covered. Ensure that patterns are uninterrupted unless required. 3.05 Neatly cut around fixtures, penetrations and drains. Accurately form corners, bases, intersections, caps and returns. Cut all members required to be cut with power cutting tools. No other method will be accepted. 3.06 Ensure that joints are uniform, watertight and align in all directions, including with joints of same of similar materials in other planes. Align joints vertically and horizontally. No staggered joints will be permitted. Fill joints full with grout, wipe excess grout from tile faces, and leave all joints finished at uniform depth. 3.07 Sound materials after setting. Replace and remove hollow sounding units. DIVISION 09 - FINISHES PAGE 49 SUNSET RIDGE PARK RESTROOM 3.08 Build in expansion and contraction joints as work progresses, keeping mortar and grouts out. Submit suggested locations of expansion joints. Do not exceed 16 -feet in any direction without such joints. 3.09 Allow sufficient time for mortar to cure (minimum 48 -hours) prior to grouting. 3.10 Do not use broken, damaged units. 3.11 Install units in accordance with the methods shown in TCA Handbook for Ceramic Tile Installation. 3.12 PROTECTION: All installed materials shall be protected from damage until building is accepted. Any damaged, defective, or discolored tile shall be replaced at no cost to the Owner. 3.13 Provide extra tile equal to one (1) % of installed tiles of each type and color boxed in manufacturer's original containers, as per General Requirements. END OF SECTION 09310 — CERAMIC TILE DIVISION 09 - FINISHES PAGE 50 SUNSET RIDGE PARK RESTROOM SECTION 09815 -ANTI -GRAFFITI COATINGS PART 1 -GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: Painting. C. Description of System: Furnish all labor, materials, equipment, and services necessary to provide all Anti -Graffiti Glazed Coatings, complete in place, as shown and specified for the interior and exterior of the building. 1.02 SUBMITTAL - SAMPLE REQUIREMENTS A. Submit Manufacturer's Application Instructions, standard color selections, test reports, and samples for approval by the Architect. B. Colors: As scheduled. Submit samples in triplicate, on two (2) inch by 3-'/2- inch hardboard, of the material specified, in colors selected. Mark each sample clearly, to indicate manufacturer's name and product identification. 1.03 PRODUCT HANDLING A. Delivery and Storage of Materials: Deliver all materials in their original packages with seals unbroken, with manufacturer's name and product identification clearly legible on each package. Store to preclude entry of moisture or damage from any source. 1.04 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 coating at temperatures below 40 degrees Fahrenheit, or above 110 degrees Fahrenheit. 1.05 WARRANTEE A. Provide a two (2) year written warrantee against defects in materials and workmanship. Warrantee shall begin on date of final acceptance of the project. PART 2 -PRODUCTS 2.01 MANUFACTURER A. Vitrocem as manufactured by Bithell, Inc., 1004 East Edna Place, Covina, California 91724. Telephone: (818) 331-2292, FAX (818) 338-4588. DIVISION 09 - FINISHES PAGE 51 SUNSET RIDGE PARK RESTROOM 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. 1. Coating System: Clear Anti Graffiti Glazed Coating -Exterior Concrete. 2. Coating System: Pigmented Anti Graffiti Glazed Coating - Interior T- 111 walls. 2.02 MATERIALS A. Polyester Filler - Clear. B. Polyester Enamel - Clear or pigmented. C. Polyester Polyurethane Glazed Coating PART 3 - EXECUTION 3.01 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. 3.02 MATERIAL PREPARATION A. Vitrocem Polyester Coatings require the addition of catalyst just prior to use. Atmospheric conditions affect the curing. Follow manufacturer's printed directions regarding catalyst concentrations at varying temperatures. 3.03 APPLICATION A. Apply coatings to surfaces in accordance with Manufacturer's instructions. Exterior Concrete a. Apply the first coat of Vitrocem Clear Polyester by spray or roller. Rate will vary depending on surface porosity, completely fill all surface voids. b. After the first coat has cured, apply a second coat of Vitrocem Clear polyester by spray or roller. c. Apply a third coat of clear vitrocem polyester polyurethane. Final surface appearance shall be free of surface voids and pinholes. 2. Metal Connections for the Gate a. Apply the first coat of Vitrocem Primer by spray and at an approximate rate of 400 square feet per gallon, if necessary, use primer on raw metal or where existing primer is incompatible with Polyester Enamel. b. Apply a coat of Vitrocem Polyester Enamel by spray. DIVISION 09 - FINISHES PAGE 52 SUNSET RIDGE PARK RESTROOM c. Apply a second coat of Vitrocem Polyester Enamel by spray. d. Apply a coat of Vitrocem Clear Glaze by spray. 3. T-111 interior walls a. Apply the first coat of Vitrocem Wood Primer by spray or roller b. Apply a second coat of Vitrocem Polyester Enamel by spray or roller to full coverage. c. Apply a third coat of Vitrocem Clear Glaze by brush, spray or roller. 3.04 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 material and debris. C. Upon completion of work, leave premises neat and clean, to the satisfaction of Architect/Engineer. END OF SECTION 09815 - ANTI -GRAFFITI COATINGS DIVISION 09 - FINISHES PAGE 53 SUNSET RIDGE PARK RESTROOM SECTION 09870 - SANDBLASTED FINISHES PARTI-GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Description of System: Perform sandblasting on wood beams, trim and sheathing except pretextured re -sawn wood and cementitious surfaces. C. Related work specified elsewhere: Concrete formwork. 1.02 QUALITY ASSURANCE A. Provide test sample areas where designated by Architect, where exact textures may be selected on materials in-place. 1.03 PROTECTION A. Provide all protection needed to mask materials in-place which could be harmed by these operations. Remove protection upon completion of work. As may be required by project conditions, perform sandblasting operations during premium time hours at no additional expense to Owner. Consult with Architect to determine if this will be necessary. All sandblasting is to be completed prior to any painting of surfaces. PART 2 — PRODUCTS — NOT APPLICABLE PART 3 - EXECUTION 3.01 Where possible, perform sandblasting in a single and continuous operation to accomplish consistency of texture and pattern. 3.02 Apply a dry blast process using a fine grained sand with enough air pressure to moderately texture the Douglas fir wood and other surfaces as required. Apply a heavy texture blast to cementitious surfaces, exposing subsurface aggregate. Where a wet process is practical, or where a confined area would preclude a dry process, use a wet blast. On masonry surfaces, exercise caution to prevent necessity of re -pointing grout. 3.03 Upon completion of these operations, clean and vacuum surfaces blasted, as well as all those affected areas around sandblasted surfaces. END OF SECTION 09870 - SANDBLASTED FINISHES DIVISION 09 - FINISHES PAGE 54 SUNSET RIDGE PARK RESTROOM SECTION 09900 - PAINTING PART 1 -GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Green book) shall apply, except as modified herein. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Related Work Specified Elsewhere: Shop primed products and materials, special coatings for metal doors and anti -graffiti coatings. D. Description of System: Prepare surfaces and finish as scheduled. 1.02 CODES AND STANDARDS A. Conform to California Air Resources Board (CARB) Rules, especially 1113. B. Conform to the best standards of practice as per Premium Quality in the Painting and Decorating Contractors of America (PDCA) Specification Manual 1986 (206-941-8823). 1.03 SUBMITTALS A. Prepare 8 -1/2 -inch by 11 -inch samples of finishes when requested by Architect. When possible, apply finishes on identical type materials to which they will be applied on job. B. Identify each sample as to finish formula, color name and sheen name and gloss units. C. Colors shall be as scheduled or as selected (Stain - Olympic 911). D. Materials List: Submit complete lists of materials proposed for use, giving manufacturer's name, catalog number and catalog cut of each item when applicable. E. Manufacturer's Instructions: Submit the manufacturer's current recommended methods of installation, including relevant limitations, safety and environmental cautions, application rates, and composition analysis. 1.04 MOCK-UP A. Before proceeding with paint application, finish one (1) complete surface of each color scheme required, clearly indicating selected colors, finish texture, materials and workmanship. If approved, sample area will serve as a minimum standard for work throughout. DIVISION 09 - FINISHES PAGE 55 SUNSET RIDGE PARK RESTROOM 1.05 MAINTENANCE MATERIALS A. Leave on premises where directed, not less than one (1) full gallon of each color, of each type of paint, in new unopened container. Each container shall be in original manufacturers can with identification label. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver paint materials in sealed original labeled containers bearing manufacturer's name, type of paint, brand name, solids content, color designation and instructions for mixing and/or reducing. B. Provide adequate storage facilities. Store paint materials at minimum ambient temperatures of 45 degrees F, in well ventilated area. 1.07 ENVIRONMENTAL CONDITIONS A. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture contents of surfaces are below following minimums: gypsum board - 12 %; cementitious materials - 12 %. B. Ensure surface temperatures or surrounding temperatures are above 50 degrees F. before applying finishes. C. Provide adequate continuous ventilation and sufficient heating facilities to maintain temperatures above 50 degrees F. for 24 -hours before, during, and 48 -hours after application of finishes. D. During painting, provide minimum of 25 -foot candles of lighting on surfaces to be painted. 1.08 PROTECTION A. Adequately protect other surfaces from paint and damages. Repair damages as a result of inadequate or unsuitable protection. B. Furnish sufficient drop cloths, shields and protective equipment to prevent spray or droppings from fouling surfaces not being painted and in particular, surfaces within storage and preparation areas. C. Place cotton waste cloths and materials which may constitute a fire hazard in closed metal containers and remove daily from site. D. Remove or cause to have removed, electrical plates, fittings, fastenings, escutcheons, and hardware prior to painting operations. These items are to be carefully stored, cleaned and replaced on completion of work in each area. Do not use solvents or other harsh cleansers on surfaces which could be damaged by such use of materials. PART 2 -PRODUCTS 2.01 MANUFACTURERS DIVISION 09 - FINISHES PAGE 56 SUNSET RIDGE PARK RESTROOM A. Provide paints and coatings manufactured by one (1) of the following companies. Only one (1) company's products may be used throughout the project, except as noted: Stains: Cuprinol, Okon, Olympic, or SuperDeck Paint for metal galvanized wood connections: Tnemec Series 66 Epoxoline, two -component catalyzed epoxy coating (3 mils) B. Best quality grade of specified types as regularly manufactured by recognized manufacturers. Materials not bearing manufacturer's identification as standard best grade product of regular line are not acceptable. 2.02 PAINT MATERIALS A. Accessories: Provide linseed oil, shellac, polyurethane, turpentine and other materials not specifically specified but required to achieve finishes. B. Paints and Coatings: Provide ready -mixed type except field catalyzed coatings; pigments fully ground maintaining soft paste consistency, capable of being readily and uniformly dispersed to complete homogeneous mixtures. C. Provide coatings with good flowing and brushing properties and capable of drying or curing free of streaks and sags. D. Finishes shall be durable and washable. Surfaces shall stand up under washing as required to remove pencil marks, ink, ordinary soil, etc. without showing discoloration, loss of gloss, staining or other damage. PART 3 - EXECUTION 3.01 INSPECTION A. Thoroughly examine surfaces scheduled to be painted prior to commencement of work. Verify required lighting temporary heat and ventilation requirements. Report in writing of conditions potentially detrimental to proper application. Do not commence until satisfied that defects and deficiencies in surfaces have been rectified. 3.02 PREPARATION OF SURFACES A. Thoroughly clean all surfaces to be painted with hydro -cleaning process to remove chalk, dirt and other deleterious materials where such cleaning methods are practical. Spot prime before application of finish coats. B. Remove dirt, grease and oil from canvas and cotton covered insulated materials such as pipes and ducts. C. On surfaces to be cleaned which cannot be hydro- cleaned, where possible, wash with solution of TSP and thoroughly rinse. D. Remove grease, rust, scale, dirt and dust from steel and iron surfaces. Where heavy coatings of scale are evident, remove by wire brushing, sandblasting or other method necessary, practical and in accordance with Steel Structures Painting Council. DIVISION 09 - FINISHES PAGE 57 SUNSET RIDGE PARK RESTROOM E. Clean unprimed steel surfaces by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring welded joints, bolts and nuts are similarly cleaned. Prime surfaces to indicate defects, if any. Paint after defects have been remedied. F. Fill nail holes and cracks after primer has dried and sand between coats. Back prime interior and exterior woodwork. 3.03 APPLICATIONS A. Apply each coat at proper consistency, according to manufacturer's directions. B. Each coat of paint is to be slightly darker than preceding coat unless otherwise directed, or finish is clear. C. Sand lightly between coats to achieve required finish. D. Do not apply finishes on surfaces that are not sufficiently dry. E. Allow each coat to dry before following coats are applied. 3.04 LOUVERS, MECHANICAL AND ELECTRICAL EQUIPMENT A. Refer to mechanical and electrical sections of these specifications, as well as drawings, with respect to painting and finishing requirements, color coding, identification banding of equipment, ducting, piping and conduit. B. Remove grilles, covers and access panels for mechanical and electrical systems from location and paint separately. C. Finish paint primed equipment to colors selected. D. Prime and paint insulated and bare pipes, conduits, boxes, fire sprinkler heads and escutcheons, insulated and bare ducts, hangers, brackets, collars and supports, except where items are plated or covered with a pre -finished coating, or are not exposed to view. E. Replace identification markings on mechanical and electrical equipment when painted over or spattered. F. Paint interior surfaces of air ducts, convector and baseboard heating cabinets that are visible through grilles and louvers with one coat of flat black paint, to limit of sight line. Paint dampers exposed immediately behind louvers, grilles, convector and baseboard cabinets to match face panels, as applicable. G. Paint both sides and edges of plywood backboards for electrical equipment before installing backboards and mounting equipment on them. H. Color code equipment, piping, conduit, and exposed ductwork of mechanical and electrical work. Color banding and identification shall include flow arrows, naming, numbering, stenciling, etc. DIVISION 09 - FINISHES PAGE 58 SUNSET RIDGE PARK RESTROOM 3.05 CLEANING A. As work progresses and upon completion, promptly remove paint where spilled, splashed, smeared and splattered. B. During progress of work, keep premises free from unnecessary accumulation of tools, equipment, surplus materials and debris. C. Upon completion of work, leave premises neat and clean, to satisfaction of Owner. 3.06 PAINTING AND FINISHING SYSTEMS LIST: Note: Coverage rates or dry film thicknesses shall conform to manufacturer's recommendations. A. Stained Wood - two (2) heavy coats exterior wood stain (semitransparent or solid body as scheduled). B. Galvanized Metal — one (1) coat zinc compatible rust inhibitive epoxy primer, two (2) coats gloss epoxy. END OF SECTION 09900 - PAINTING END OF DIVISION 09 — FINISHES DIVISION 09 - FINISHES PAGE 59 SUNSET RIDGE PARK RESTROOM DIVISION 10 - SPECIALTIES SECTION 10160 - SOLID PHENOLIC TOILET DOORS PART 1 - GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: Toilet accessories, blocking, masonry. C. Description of System: Provide toilet partition doors, fasteners, and hardware. 1.02 QUALITY ASSURANCE A. Codes and Standards: In addition to conforming with all pertinent codes and regulations, CBC Chapter 11 B, and the American Disabilities Act — 2010 Standards, fabricate and install the toilet partition doors in strict accordance with the published recommendations of the manufacturer of the products selected. B. Codes and Standards: Provide materials in accordance with FS L -P-508 for plastic laminate, and ASTM A167 for stainless steel. C. Qualifications of Installers: For this portion of the work, use only installers who are thoroughly trained and skilled in the installation of the type of toilet partition doors selected. 1.03 SUBMITTALS A. At least 30 -days after award of contract submit five (5) sets of shop drawings to the Architect for approval. Show all details of construction and anchorage, swings of doors, and methods and locations of attachment to other construction. When approved by Architect shall function as the basis for acceptance or rejection of actual methods -of -installation being used. B. Color: Submit manufacturer's standard samples with initial shop drawing submittal, or furnish as scheduled. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Product Handling: Use all means necessary to protect toilet partition doors before, during and after installation and to protect the installed work of other trades. In the event of damage, immediately make all repairs and replacements necessary to the approval of the Architect and at no additional cost to the Owner. 1.05 JOB CONDITIONS A. Cooperate as necessary with all other trades to ensure proper and adequate provision for the installation of items described in this Section. DIVISION 10 - SPECIALTIES PAGE 60 SUNSET RIDGE PARK RESTROOM B. Verify all dimensions shown on drawings by taking field measurements. PART 2 -PRODUCTS 2.01 MANUFACTURERS: Provide a system of products manufactured by Bobrick, or other approved. This specification is based upon Bobrick Duraline 1080 Series toilet compartments and institutional hardware. All materials shall meet or exceed their product. 2.02 MATERIALS A. 1080 Series doors %-inch (19mm) thick, 58 -inches (147cm) high, up to 36 -inches (91 cm) wide. All stiles %-inch (19mm) thick. Edges shall be black. B. Hardware: Hinge shall be 16 gauge (1.6mm) continuous stainless steel piano hinge, two (2) inches (51 mm) wide with %-inch (3.2mm) diameter pin and extend full height of door. Door latch shall be 14 gauge (2.Omm) and slide on nylon track attached to door with concealed screws. Door keeper shall be 11 gauge (3.2mm) and cover top and bottom of latch when door is in closed/locked position. Door shall be furnished with two (2); 11 gauge (3.2mm) PVC coated door stops to prevent door from being kicked out of compartment. All door hardware shall be through -bolted with stainless steel, one-way machine screws inside and outside of compartment. Threaded metal inserts shall be factory installed for mounting door hardware. Stainless steel U - channels for panel to stile and panel to floor and wall mounting and optional angle brackets for panel to wall mounting shall be 18 gauge stainless steel (1.3mm) and extend full height of panel. Stainless steel one-way sheet metal screws furnished for installation of mounting brackets. All connections shall be installed so as to withstand 1100 lbs. pressure. PART 3 - EXECUTION 3.01 INSTALLATION A. Install all toilet partition doors rigid, straight, plumb, level square in strict accordance with the approved shop drawings manufacturer's published recommendations. B. Take site dimensions, and ensure that plumbing fixtures are correctly spaced. Ensure blocking and wall reinforcing are correctly installed. C. Leave no more than '/z -inch, nor less than %-inch between walls and panels, and wall and end pilasters. D. All drilling, cutting and fitting to room finish shall be concealed in the finished work. E. Clearance at vertical edges of doors shall be uniform from top to bottom and shall not exceed 3/16 -inch. Doors shall be free of warp and bind. Adjust hardware and leave in perfect working order. G. Adjust doors for proper swing, and proper positive latching when closed. H. Repair or replace materials damaged prior to Owner acceptance. DIVISION 10 - SPECIALTIES PAGE 61 SUNSET RIDGE PARK RESTROOM 3.02 COLOR: See Schedule. END OF SECTION 10160 - SOLID PHENOLIC TOILET DOORS DIVISION 10 —SPECIALTIES PAGE 62 SUNSET RIDGE PARK RESTROOM SECTION 10410 - SIGNAGE PART 1 -GENERAL 1.01 DESCRIPTION A. SCOPE OF WORK: 1. The general provisions of the contract, including general conditions and general requirements, apply to the work specified in this section. 2. Furnish materials and perform labor required to execute this work as indicated on the drawings, as specified, and as necessary to complete the furnishing of signage items specified below. B. Related work specified elsewhere: Installation — Concrete 03300, 1.02 SUBMITTALS: Submit shop drawings and catalog cuts for all items to be furnished. Manufacturer's standard drawings and installation information will be acceptable where it is complete enough to determine its acceptability. Also submit samples of materials where options of color, pattern or texture exist. 1.03 QUALITY ASSURANCE: All sign work shall be performed by a person with a minimum of five (5) years experience with similar work. PART 2 -PRODUCTS 2.01 ACESSABILITY SYMBOLS: Wall mounted exterior panel signs to be "ASI compass' with manufacturer's standard injection molded mounting clips or approved equal. A. Specified Manufacturer: ASI-Modulex, 3860 W. Northwest Highway, Suite 350, Dallas, TX 75220; (214) 352-9140 telephone; (214) 352-9741 facsmile; (800) 274- 7446. Local representative, Culver City, CA, (310) 645-1400. B. Acceptable Manufacturers: Equivalent products of the manufacturers listed below will be acceptable. 1. Mohawk Sign Systems, Schenectady, NY (518) 370-3433. 2. Vomar Products, Inc., Sepulveda, CA (818) 894-7174. 3. 290 Sign Systems, Grand Rapids, WI (800) 777-4310. C. Registration Pin Carrier: As recommended by manufacturer for use intended, including consideration for potential of high abuse. D. Fastening and Attachment Materials: As recommended by manufacturer to suit installation conditions, with consideration for potential of high abuse and for concealing fastenings. E. Finishes: Colors and finishes as Indicated on the Drawings or, if not indicated, as selected by Architect. F. Letter Style: As indicated on the Drawings or, if not indicated, as selected by Architect. If not indicated, assume Helvetica Medium for bidding. DIVISION 10 - SPECIALTIES PAGE 63 SUNSET RIDGE PARK RESTROOM G. Braille Indicators: On all signs, as required by Code and regulation, including Americans with Disabilities Act (ADA) 2010 standardsand State of California, California Building Code of Regulations Chapter 11 B. Braille shall be Grade 2 wherever Braille symbols are indicated, with dots spacing 0.10 -inch (2.54 mm) on centers within each cell and 0.2 -inch (5.08 mm) space between cells. Dots shall be raised a minimum of 0.40 -inch (0.635 mm) above background. END OF SECTION 10410 - SIGNAGE DIVISION 10 - SPECIALTIES PAGE 64 SUNSET RIDGE PARK RESTROOM SECTION 10601 - MESH PARTITIONS PART 1 -GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. The general provisions of the contract, including general conditions and general requirements, apply to the work specified in this section. 2. Furnish materials and perform labor required to execute this work as indicated on the drawings, as specified, and as necessary to complete the contract, including, but not limited to, these major items: a. All mesh panels. B. Related Work Specified Elsewhere: Finish hardware. 1.02 QUALITY ASSURANCE A. Reference Standards: Standard Specifications for Public Works Construction. 1.03 SUBMITTALS A. At least 30 -days after award of contract submit five (5) sets of shop drawings to the Architect for approval. Show all details of construction and anchorage, and methods and locations of attachment to other construction. When approved by Architect shall function as the basis for acceptance or rejection of actual methods -of -installation being used. B. Color: Black or as scheduled on plans. 1.04 JOB CONDITIONS A. Cooperate as necessary with all other trades to ensure proper and adequate provision for the installation of items described in this Section. B. Verify all dimensions shown on drawings by taking field measurements. PART 2 -PRODUCTS 2.01 MATERIALS: All materials shall be Colorbond II, Chainguard or equal. Framing System - KING WIRE PARTITIONS (213-256-4848), TOBIN STEEL (714-541-2268), ATLAS (213-581-7340), CALIFORNIA WIRE (714-371-7730), McNICHOLS (800- 237-3820), SECURE - GUARD (303-927-4080) or approved equal. A. MESH: Black polyester one (1) inch super security 10 gauge, securely clinched to frames. B. POSTS, RAILS: 1 -1/4 -inch x %-inch cold rolled "C' channel with '/4 -inch bolt holes at 14 -inch O.C., black polyester galvanized steel. DIVISION 10 - SPECIALTIES PAGE 65 SUNSET RIDGE PARK RESTROOM C. FUSION BONDED COATING: Black polyester. Profile Plastic Coatings: (213-227- 8777), MPC (213-583-4727) or equal. D. FITTINGS, REINFORCING BARS, and other appurtenances shall be aluminum alloy, galvanized pressed steel, malleable or cast steel as specified, epoxy -phenolic primed and coated with matching polyester. Painted fittings are not acceptable. Provide one (1) inch channel around edge of all fixed panels. PART 3 - EXECUTION 3.01 INSTALLATION A. All work shall be constructed in conformance with the best standards and practices of the trade using skilled mechanics. Form and fabricate items of work as indicated and required to meet installation conditions. Make provisions to connect with/or receive the work of other trades. B. Field check units for fitting prior to coating. END OF SECTION 10601 - MESH PARTITIONS DIVISION 10 - SPECIALTIES PAGE 66 SUNSET RIDGE PARK RESTROOM SECTION 10800 - TOILET AND BATH ACCESSORIES PART 1 -GENERAL 1.01 DESCRIPTION A. Scope of work: 1. The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: 1. Toilet partitions. 2. Finish carpentry. 3. Manufactured pre-cut opening for equipment is governed by Toilet Partition Section and requirements of this Section shall be furnished to the Toilet Partition manufactured prior to fabrication of partitions. C. Description of System: Toilet accessories, attachment devices, and required rough -in frames. 1.02 QUALITY ASSURANCE A. Codes and Standards: ASTM A167- Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet and Strip. B. In addition to conforming with all pertinent codes and regulations, including ADA 2010 Standards and CBC Chapter 11 B, fabricate and install the toilet accessories in strict accordance with the published recommendations of the manufacturer of the products selected. 1.03 SUBMITTALS A. At least 30 -days after award of contract submit six (6) sets of shop drawings to the Architect for approval. 1.04 PRODUCT DELIVERY. STORAGE AND PROTECTION A. Delivery: Do not deliver accessories to project until areas to receive them are properly finished. Each unit shall be individually packaged, complete with necessary fasteners and accessories. Deliver materials in manufacturer's original, unopened protective packaging, clearly marked with manufacturer's name, brand name and catalog part number. B. Storage: Materials shall be stored in an enclosure providing protection from damage and exposure to the elements. C. Handling: Damaged or deteriorated materials shall be removed and replaced at no cost to the Owner. D. Protection: Protect adjacent or adjoining finished surfaces and work from damage during installation of work of this section. DIVISION 10 -SPECIALTIES PAGE 67 SUNSET RIDGE PARK RESTROOM 1.05 GUARANTEE A. All accessories shall be guaranteed in writing for two (2) years in accordance with the Special Provisions. PART 2 -PRODUCTS 2.01 SCHEDULE OF ACCESSORIES A. Refer to the schedule for a list of accessories required for this project. The numbers listed correspond to catalog numbers of units manufactured by Bobrick and Fastaire. Units manufactured by other companies such as Charles Parker, Accessory Specialties, Tubular Specialties, or others may be accepted, if they are of comparable quality as approved by the Architect. All units shall be products of a single manufacturer. PART 3 - EXECUTION 3.01 INSTALLATION A. Installer must examine conditions under which all items to be installed. Notify contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory conditions have been corrected. B. Install in strict accordance with ADA 2010 standards & CBC Chapter 11B, the manufacturer's printed instructions. Install true, plumb, and level, securely and rigidly anchored to substrate with tamper -proof concealed stainless steel fasteners. C. Protect adjacent or adjoining finished surfaces and work from damage during installation of work of this section. END OF SECTION 10800 - TOILET AND BATH ACCESSORIES DIVISION 10 - SPECIALTIES PAGE 68 SUNSET RIDGE PARK RESTROOM SECTION 10999 - MISCELLANEOUS SPECIALTIES & EQUIPMENT PART 1 -GENERAL 1.01 DESCRIPTION A. Scope of work: 1. The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: 1. Finish carpentry, installation, toilet and bath accessories. C. Description of System: Furnish miscellaneous accessories, attachment devices, and required rough -in frames. 1.02 SUBMITTALS A. At least 30- days after award of contract, submit five (5) sets of shop drawings to the Architect for approval. 1.03 PRODUCT DELIVERY, STORAGE AND PROTECTION A. Delivery: Do not deliver accessories to project until areas to packaged, complete with necessary fasteners and accessories. Deliver materials in manufacturer's original, unopened name and catalog part number. B. Storage: Materials shall be stored in an enclosure providing protection from damage and exposure to the elements. C. Handling: Damaged or deteriorated materials shall be removed and replaced at no cost to the Owner. D. Protection: Protect adjacent or adjoining finished surfaces and work from damage during installation of the work of this section. 1.05 GUARANTEE A. All accessories shall be guaranteed for two (2) years in accordance with the Special Provisions. PART 2 -PRODUCTS 2.01 SCHEDULE OF SPECIALTIES & EQUIPMENT A. Refer to the Schedule for a list of specialties & equipment required for this project. The numbers listed correspond to catalog numbers of units manufactured by a specific manufacturer. DIVISION 10 - SPECIALTIES PAGE 69 SUNSET RIDGE PARK RESTROOM Units manufactured by other companies may be accepted, if they are of comparable quality as approved by the Architect. All units shall be products of a single manufacturer. Refer to Section 4.04 Division I - Special Provisions for substitutions. PART 3 - EXECUTION 3.01 INSTALLATION A. Installer must examine conditions under which all items to be installed. Notify Contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory conditions have been corrected. B. Install in strict accordance with the manufacturer's printed instructions. Install true, plumb, and level, securely and rigidly anchored to substrate with tamper -proof concealed stainless steel fasteners. C. Protect adjacent or adjoining finished surfaces and work from damage during installation of work of this Section. END OF SECTION 10999 - MISCELLANEOUS SPECIALTIES & EQUIPMENT END OF DIVISION 10 —SPECIALTIES DIVISION 10 - SPECIALTIES PAGE 70 SUNSET RIDGE PARK RESTROOM DIVISIONS: 11, 12,13 AND 14 — NOT USED DIVISION 11, 12,13 and 14 — NOT USED PAGE 71 SUNSET RIDGE PARK RESTROOM DIVISION 15 — MECHANICAL SECTION 15400 - PLUMBING PART 1 - GENERAL 1.01 SCOPE OF WORK Furnish all material, equipment and perform all labor required to execute this work as indicated on the drawings, specified herein and as necessary to complete the work of this section, including but not limited to, the following items: A. Study work (and related drawings and specifications) of all other crafts whose work abuts, adjoins or is in any manner affected by work of this Section. Consult with other trades and with them expedite and coordinate materials and labor to avoid omissions and delays. B. Soil, waste and vent piping and connection to sewer, as indicated on drawings. C. Soil, waste and vent branches and final connections to all plumbing fixtures as indicated on drawings. D. Cold water systems consisting of piping, valves, water hammer arrestors, controls, all accessories with final connection to water service. E. All permits and permit fees. F. Provide isolation for all water lines and for all movable equipment to prevent noise transmission. G. Plumbing fixtures, trim, stops, supplies, traps, etc. H. Roof flashings and flashing at water proofed membrane slabs and floors. Sleeves, hangers, and shock arrestors. J. Excavation, backfill and compaction for work of this section. K. Start-up and instruction period. L. Temporary piping and valves to supply water during construction for all Contractors, at all locations required to prosecute the Work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Cutting and patching of the building structure, as specified elsewhere. B. Formed concrete work. C. Finish painting, unless specified herein. DIVISION 15 -MECHANICAL PAGE 72 SUNSET RIDGE PARK RESTROOM 1.03 GENERAL REQUIREMENTS A. Survey of site: Before submitting proposals for this work, each bidder shall be familiar with plans and specifications, shall have examined the premises and understand the conditions under which he will be obligated to operate in performing his part of the contract. No allowance shall be made subsequently in this connection, in behalf of the Contractor for any error through negligence on his part. B. Accessibility: The Contractor shall fully inform himself regarding any and all peculiarities and limitations of the spaces available for the installation of all work and materials furnished and installed under this Section. The Contractor shall exercise due and particular caution to determine that all parts of the work are made quickly and easily accessible. Although the location of the equipment may be shown on the drawings in certain positions, the Contractor shall be guided by the Architectural details and conditions at the job, correlating his work with that of the other trades and Sections of the specifications. C. Explanation and precedence of drawings: 1. For purposes of clearness and legibility, drawings are essentially diagrammatic and although size and location of equipment is drawn to scale wherever possible, Contractor shall make use of all data in all the Contract documents, and shall verify this information at building. 2. The drawings indicate required size and points of termination and suggest proper routes to conform to structure, avoid obstructions and preserve clearances. However, it is not the intention of drawings to indicate all necessary offsets, and it shall be the responsibility of this Section to install items in such a manner as to conform to structure, avoid obstructions, preserve headroom and keep openings and passageways clear without further instructions or cost. 3. Notes on drawings: Where notes occur on the drawings regarding materials or installation, they shall supersede the specifications where at variance and shall have the special material or fixtures installed as required by the note; otherwise, all material shall be in conformance to these specifications. D. Discrepancies: Contractor shall refer to Section of the General Provisions. Any discrepancies found by the Contractor after signing of the Contract between the specifications and the drawings or between drawings, or any contradictory sizes or plate numbers describing the manufacturer's items, shall be brought to the attention of the Director and the Director shall determine the proper items to be used, with no additional cost to the City. E. Ordinances, codes and permits: Ordinances: The work shall be in accordance with the governing State and Local Ordinances, Codes and Regulations, including ADA 2011 Standards & CBC Chapter 11 B, all of which are hereby made a part of these specifications. However, when these specifications and/or drawings call for or describe materials, workmanship or construction of a better quality, higher standard, or larger size that is required by the above mentioned rules and regulations, the provisions of these specifications and/or drawings shall take precedence over the requirements of the said rules and regulations. DIVISION 15 -MECHANICAL PAGE 73 SUNSET RIDGE PARK RESTROOM The Contractor shall furnish, without any extra charge, any additional material or labor, or both, required for compliance with these rules and regulations, although not mentioned in these specifications nor indicated on the drawings. 2. Permits: The Contractor shall secure and pay for all permits, inspections and certificates of any inspection of any government body having jurisdiction over all or any part of the work included under this Section, and/or such inspections, etc., required by these specifications. 3. Certificate: At completion of the work, deliver to the City, a certificate of acceptance issued by the local authorities approving the complete plumbing installations. F. Erection: The Contractor shall furnish the services of an experienced superintendent, who shall be constantly in charge of the erection of the work, together with all necessary journeymen, helpers, and laborers required to properly unload, erect, connect, adjust, start and operate and test the work involved. G. Preliminary Operation: Should the City demand that any portion of the systems or equipment be operated previous to the final completion and acceptance of the work, the Contractor shall consent. Such operation shall be under direct supervision of the Contractor but the expense thereof shall be paid on account of the contract sum. Such preliminary operation, or payment thereof, shall not be construed as acceptance of any of the work. H. Hoisting: The Contractor shall do all hoisting of his own materials and equipment, or apply any charges they may be made for the use of any hoists of other tradesmen that may be used for this purpose. Openings - cuttings, patching, repairing: 1. The Contractor shall cooperate with the work to be done under separate sections in providing information as to openings required in rough walls, slabs and footings. 2. Holes in concrete: Sleeves shall be furnished, accurately located and installed in forms before pouring of concrete. The Contractor shall pay all additional costs of cutting of holes as the result of the incorrect location of sleeves. 3. Ascertain that all chases, shafts, and openings are properly located; otherwise the Contractor shall cut all new openings required at his own expense, and shall be held responsible for any damage done to other work by unnecessary and/or careless cutting, drilling. No cutting, notching or boring will be allowed that may impair strength of building construction; no holes, except for small screws, shall be drilled in beams or other structural members, without obtaining prior consent of the Director. Execute all work with competent workman skilled in the material involved. Patching materials and workmanship shall accurately match original work. 4. Cutting and patching in finish area: Refer to respective paragraph in the General Conditions. J. Excavation: All excavating, trench work and backfilling required for the installation of the work shall be performed in accordance with the applicable portions of the Excavating, Filling and Grading section of the specifications. K. Quality: Equipment and materials used shall be new, except as specifically approved by the Director for each separate item, and in perfect condition when installed and shall be furnished in ample quantities at the proper time. DIVISION 15 -MECHANICAL PAGE 74 SUNSET RIDGE PARK RESTROOM Except as otherwise specified, materials used in the construction of systems included in this Section shall be of American manufacture and shall be in accordance with standard specifications of the American Society for Testing Materials. All Articles provided for the same general purpose or use shall be of the same make except as otherwise specified. Capacities, sizes and dimensions are minimum unless otherwise noted. L. Clean -Up: 1. During the process of the work, the premises shall be kept reasonable free of all debris, and waste materials resulting from the work under this Section. All such debris and rubbish shall be removed from the site. 2. Upon completion and before final acceptance of the work, all debris, rubbish, leftover materials, tools, and equipment shall be removed from the site. 3. Machinery, apparatus, fixtures and equipment: Thoroughly cleaned of cement, plaster, and other materials, grease and oil spots removed with cleaning solvent; surfaces carefully wiped; cracks and corners scraped clean. 4. Exposed piping: Same as machinery and apparatus. Entire installation left in a clean, neat and usable condition. M. Rough -In: Rough -in connections shall be provided for equipment furnished by the City or under other divisions or contracts, in accordance with roughing -in drawings furnished including future equipment as noted on the drawings. 1. Wherever installations penetrate the roof, outer walls or membrane floor of any kind, all base flashings shall be furnished and installed under this Section. 2. Furnish and install on each pipe passing through roof, a Semco No. 1100-4, four pound seamless lead flashing assembly with eight (8) inch skirt. Pipes through waterproofed floors and/or walls shall be installed as approved by the City or as detailed on the drawings. N. Substitutions: (The substitution section of the specifications shall supersede the substitution section of the "General Conditions"). Certain units of equipment and materials are specified by name of manufacturer and in most cases a choice is given. The Contractor shall base his bid on these products. If desired, the Contractor may submit a request for substitution after contract is awarded. Such requests shall be made in writing accompanied by complete technical data, giving sizes, capacities, details of construction, and all other pertinent information. 1. The City's interpretation of any alternate product being approved equal shall be final. No articles or materials of any kind shall be substituted for those specified unless written permission to make such substitution is granted by the City. 2. In all cases where substitutions are proposed, the Contractor shall bear the cost of evaluation on the basis of 2 -'/z -times technical salaries of personnel involved. 3. Any and all costs or changes arising from the consideration of alternate materials or equipment shall be paid for by the Contractor. He shall also be responsible for fitting any such alternates into spaces available and paying the costs of any chances or revisions required in the work of any other trade. DIVISION 15 -MECHANICAL PAGE 75 SUNSET RIDGE PARK RESTROOM O. Warrantee: 1. Furnish a written warrantee to the effect that all material and work furnished under this Section is guaranteed for one (1) year to be free from defects and faulty workmanship, and that any defective material or work shall be promptly repaired or replaced without additional cost to the City. Guarantees for equipment having more than one (1) year shall be passed on to the City. 2. The City reserves the right to make temporary repairs as necessary to keep equipment in operating condition without voiding responsibilities during the guarantee period. P. Protection of equipment: Be responsible for any damage to any of the work of this Section until final acceptance. Cover all openings, apparatus, equipment and appliances both before and after being set in place to prevent misuse or disfigurement of the apparatus, equipment or appliances. Q. Tests, general: Tests shall comply with all necessary codes, rules and regulations, as noted herein before. Supply all instruments, labor, and tools required by the tests. Any defective material or equipment shall be repaired, adjusted or replaced by new materials or equipment and be tested before acceptance. This contractor shall notify the Inspector and City at least seven (7) days in advance of when he proposes to test all or any part of the various piping systems. TEST SCHEDULE Gauge Pressure at Gauge Pressure System Tested Start of the Test after 4 hours Test with Waste and Fill with water to top vent piping of highest vent or drain, allow to stand three (3) hours without drop in water level. Water piping 150 lbs. 150 lbs. Water R. Adjusting: All valves and equipment shall be tested and adjusted so that each fixture receives the proper amount of water; likewise, all faucets, bibs, etc., shall be properly regulated to the approval of the City so that the entire system is left in a first-class condition ready for acceptance by the City. S. Damage by leaks: Attention is specially called to the fact that the Contractor shall be responsible for damage to any part of the premises caused by leaks or breaks in the pipe or fixtures or equipment installed under this Section, for a period of one (1) year from the date of acceptance of the work by the City. T. Intent of contract: It is the intent of these drawings and specifications to provide complete working installation. Although the drawings describe methods and materials to be used, they are not necessarily complete in every detail, but rather shall be considered only as minimum requirements. The Contractor for the particular specialty shall take full responsibility for proper operation of all parts of his installation, shall furnish any necessary refinements or additions to the specified items or methods required to insure such proper operation. DIVISION 15 -MECHANICAL PAGE 76 SUNSET RIDGE PARK RESTROOM 1.04 SERVICE CONNECTIONS A. Waste: Connect to sewer as indicated on plans. Determine exact location of points of connections and be responsible for proper location of waste line from building for most direct and suitable connections. Pay for all permits, inspections and connection fees. B. Water: Connect to service; arrange for and pay all charges for installation of water lines. PART 2 - PRODUCTS AND EXECUTION 2.01 Materials and Workmanship A. Piping materials 1. List of systems: a. Soil, waste and vent b. Domestic cold water c. Indirect drains 2. Pipe and fittings: Hereinafter specified shall be of the type indicated for the service as called out in the Pipe Schedule Table and shall conform to "Table A Plumbing Material Standards" 1988 edition of the Uniform Plumbing Code. 3. Pipe Schedule B. Pipe and Fittings: Soil and Waste Piping: a. Soil and Waste Piping within the building itself and outside within five (5) feet of the foundation, except where indicated otherwise, shall be No - Hub cast iron pipe and fittings, asphaltum coated, free from defects, and shall conform to the requirements of CISPI Standard 301 ASTM A-888 or ASTM A-74 and manufactured by AB & I, Charlotte or Tyler. Fittings shall be up with "HUSKY" SD -4000 or "CLAMP ALL" 125 Stainless Steel, Heavy - Duty No -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 Coupling 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 above grade shall be Type "L" ASTM B88, hard drawn copper tubing with wrought copper sweat fittings ANSI B16.22. b. Outdoor underground piping be Type "K" ASTM B88, hard drawn copper with wrought copper sweat fittings ANSI B16.22. B. Unions - locations and type: On inlet and outlet of all apparatus or equipment having screwed and/or soldered connections, two (2) inches and smaller. DIVISION 15 -MECHANICAL PAGE 77 SUNSET RIDGE PARK RESTROOM 2. On outlet of all screwed valves two (2) inches and smaller. 3. Steel and wrought iron pipe: Malleable iron railroad type; 250 P.S.I. brass to iron seat, ground joints. 4. Copper tubing: Ground joint, cast bronze, Mueller type C-107 or Nibco No. 633. C. Nipples: 1. Nipples shall conform to requirements of U.S. Department of Commerce Commercial Standard CS -5 "Pipe Nipples; Brass, Copper, Steel and Wrought Iron". Use nipples from packages which bear manufacturer's label or tag reading: "Guaranteed Pipe Nipples Conforming to CS -5 Made from New Pipe" or other words to this effect. 2. Make nipples of same material and weight as pipe whereon used. 3. Do not use close nipples. D. Hangers, supports and isolation: Horizontal pipes: Hangers and supports shall be hung from adequate solid rods, the lengths of which shall be adjustable. 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.) 2. Protection shields and isolators: a. All piping which is not isolated from contact with the building by its insulation shall be installed with a manufactured type isolator. Horizontal piping in stud walls may be isolated with hair felt pads securely wired in place. b. Isolators shall be Semco Triscolators, Series No. 100 for I.P.S. piping and Series No. 500 for copper tubing as manufactured by the Stoneman Engineering and Mfg. Co. 3. Fixture Supports: All fixtures shall be hung, supported or set with i/4 -inch bolts or screws of sufficient length to securely fasten the fixture to the backing, wall or closet ring. All hardware to be stainless steel. 4. Water hammer arrestors to be installed at each fixture. 2.02 Pipe Installations A. All piping shall be installed to clear beams, etc., even if plans do not indicate same. This Contractor shall constantly check with other work to prevent any interference with this installation. Should structural difficulties prevent the running of pipes or the setting of equipment at the points indicated by drawings, the necessary deviations therefrom as determined by the Director will be allowed, but must be made without any additional cost to the City. DIVISION 15 -MECHANICAL PAGE 78 SUNSET RIDGE PARK RESTROOM B. Properly install all sewers, drains and piping, after excavation or cutting for same has been done so as to keep the openings for this piping open as short a time as possible. No piping, however, shall be permanently closed up, furred in, or covered before the examination of same by the Director. C. All exposed polished or enamel connections from fixtures shall be put on with special care showing no tool marks or threads as fittings. D. All horizontal sanitary drain piping shall be run on a uniform grade of not less than %-inch per foot unless otherwise noted or required. All vent piping shall be graded so as to free itself quickly of any water or condensation. E. All water piping shall be run generally level free of traps or unnecessary bends. This piping shall be so graded and valved to provide for the complete drainage and control of the system. No piping shall be installed to cause an unusual noise from the flow of its contents under normal conditions. F. All piping shall be carried in chases where provided through the openings in floors, and in furred spaces: otherwise, exposed as directed. Under no conditions shall any piping be run in the floor fill except as shown or as directed. G. All piping shall have reducing fittings used for reducers or increasers where any change in the pipe size occurs. Bushings will not be allowed to be used, except with special permission. H. Each piece of pipe and each fitting shall be carefully inspected on the inside and outside to see that there is no defective workmanship of the pipe or obstructions in the pipes and fittings. Cast iron hubless joints: Shall be installed in accordance with manufacturer's recommendations. J. Screwed steel pipe joints: Pipe shall be properly reamed and threads cut straight and true. Apply Crane Thread Lubricant or Grinnell Fig., 1698 not more than two (2) threads shall remain exposed. K. Copper tubing with soldered joints: Tubing shall be properly cut and thoroughly cleaned on the inside and outside to a bright finish slightly longer than the depth of the fitting. Application of solder shall be in accordance with the manufacturer's recommendation and solder shall have a melting point in excess of 440°F. L. Welded joints: 1. Welds shall be made with electric arc using suitable coated rods. 2. Joints shall be properly beveled and cleaned before welding. 3. All joints shall be made by a qualified welder. 4. All welding shall be done in accordance with American Welding Society Standard and governing codes. M. Dielectric connection: 1. Location: For connection between dissimilar metals, in the piping systems, to control corrosion caused by galvanic or electrolytic action. 2. Type: Union for sizes two (2) inches and smaller and flanges for sizes 2 -1/4 -inch and larger. 3. Manufacture: Epco. DIVISION 15 -MECHANICAL PAGE 79 2.03 2.04 SUNSET RIDGE PARK RESTROOM Plumbing Fixture and Equipment A. Furnish and install, complete, all plumbing fixtures and trim and fittings in quantity and location as shown on the drawings and in accordance with the requirements of these specifications. B. All trimmings, such as P -traps and fixture fittings and stops and water supply pipes, escutcheons, etc., shall be brass, chrome plated. C. All fixtures shall be firmly anchored and free from undue vibrations. D. At sinks, lavatories and where required, the cold water faucet shall be centered. E. Refer to the plans for the Fixture Schedule. 1. Cleanouts: a. Provide and install cleanouts where indicated on drawings and at all bends, angles, upper terminals and not over100 ft. apart. All shall be accessible, if not, they shall be extended to the floor above or outside the building in manner acceptable to City. b. All cleanouts shall have C.I. body and bronze plug. All flush with floor cleanouts shall have adjustable watertight covers. When water -proofing membrane is used the cleanout body shall have internal anchoring flange and heavy clamping collar. Equals by Josam or Zurn are acceptable. 2. Valves: a. All piping systems shall have valves at points shown:n on the drawings and as required for complete isolation of all equipment, arranged so as to give complete and regulating control of piping systems throughout the - building. All valves shall be installed with best of workmanship, with neat appearance and grouping, so that all parts are easily accessible for maintenance. b. Figure numbers listed are given as standard for type and construction. Valves for similar service shall be of one manufacture. c. Trim shall be as recommended by the manufacturer for the service on which valve is to be installed. d. Valve schedule: VALVE SCHEDULE TYPE CRANE KENNEDY NIBCO/SCOTT STOCKHAM WALWORTH Gate 1320 Globe 1310 Check 1342 Ball 427 -SJ S-113 89 -SJ S -211-Y 440 -SJ S -413-Y Grouting Behind Fixtures B-112 4 -SJ B-14 95 -SJ B-310 406 -SJ S-580 A. Grout behind all wall -hung plumbing fixtures with hard, white durable plaster material eliminating all voids and cracks and providing sufficient plane bearing surface for mounting. DIVISION 15 -MECHANICAL PAGE 80 SUNSET RIDGE PARK RESTROOM 2.05 Pipe Wrapping A. All buried water piping inside and outside the building shall be wrapped. Wrapping shall consist of (1) one layer of 3M No. 51 Scotchrap applied over "Scotchrap" Pipe Primer. Contractor shall apply "Scotchrap" Insulation Putty at all fittings and joints. Pipe wrapping shall extend a minimum of (1); one (1) foot above grade. The Primer, Putty and Wrapping shall be done in accordance with data published by 3M. After completion of all wrapping, the Contractor shall check the pipe wrapping, for holidays. The minimum voltage used for checking the holidays shall be 200 times the mil thickness of the wrapping used. All test results shall be delivered to the Mechanical Engineer for review prior to backfilling. All trenches shall have a minimum of six (6) inch clean washed sand on the trench bottom and shall be backfilled with clean washed sand to a minimum of 12 -inches above the piping. 2.06 Sterilization of Water Lines A. Sterilize each unit of water supply and distribution system with chlorine before acceptance for operation. B. Materials: 1. Liquid chlorine conforming to U.S. Army Specification #4-1. 2. Hypochlorite conforming to Federal Specification C -B -441-A, and amendment 2, Grade D. 3. Minimum dosage of chlorine to be 50 parts per million. C. Procedure to be followed: 1. Allow contact period of not less than eight hours, then flush system with clean water until residual content is not greater than 0.2 parts per million. 2. Flush the entire system including hose bibbs, fixture outlets, dead ends, and other points where dead water tends to collect. 3. Open and close all valves several times during contact period. Provide isolation valves as required. END OF SECTION 15400 - PLUMBING END OF DIVISION 15 — MECHANICAL DIVISION 15 -MECHANICAL PAGE 81 SUNSET RIDGE PARK RESTROOM DIVISION 16 — ELECTRICAL REFER TO THE PARK SITE PLANS AND SPECIFICATIONS DIVISION 16—ELECTRICAL PAGE 82 (Referto the Park Site Plans and Specifications) Section 323223 (02830) LY, Is] 111]A_1CZOIHi•O N:11I:8V:11/_1IONII0[HriM-1m PART 1: GENERAL 1.01 Description Page 1 of 11 A. Work shall consist of furnishing and constructing a VERDURA® Retaining Wall System or approved equal in accordance with these specifications and in reasonably close conformity with the lines, grades, design, and dimensions shown on the plans. B. Work includes preparing foundation soil, furnishing and installing leveling pad, if required, plantable soil unit fill and backfill to the lines and grades shown on the construction drawings. C. Work includes furnishing and installing geosynthetic soil reinforcement of the type, size, location, strength and lengths designated on the construction drawings. D. Work includes furnishing and installing foundation drain (if required), sub -drain, and other wall related drainage systems that may be shown on the construction drawings. 1.02 Related Sections A. Section 02200 - Site Preparation B. Section 02300 - Earthwork 1.03 Reference Documents A. American Society for Testing and Materials (ASTM) 1. ASTM C-1372 Specification for Segmental Retaining Wall Units 2. ASTM D-6913 Particle -Size Distribution (Gradation) of Soils 3. ASTM D-3080 Direct Shear Test of Soils - Consolidated Drained Conditions 4. ASTM D-1557 Laboratory Compaction Characteristics of Soil -Modified Proctor 5. ASTM D-4318 Liquid Limit, Plastic Limit and Plasticity Index of Soils 6. ASTM D-4595 Tensile Properties of Geotextiles - Wide Width Strip 7. ASTM D-5262 Unconfined Tension Creep Behavior of Geosynthetics 8. ASTM D-3034 Polyvinyl Chloride Pipe (PVC) 9. ASTM D-4829 Expansion Index of Soils 10. ASTM C 140 Std. Spec. for Sampling and Testing Concrete Masonry Units 11. ASTM C 90 Std. Spec. for Load Bearing Concrete Masonry Units B. Geosynthetic Research Institute (GRI) 1. GRI-GG4 Determination of Long Tern Design Strength of Geogrids 2. GRI-GT7 Determination of Long Tern Design Strength of Geotextiles 3. GRI-GG5 Determination of Geogrid (soil) Pullout C. National Concrete Masonry Association (NCMA) 1. NCMA SRWU-1 Test Method for Determining Connection Strength of SRW 2. NCMA SRWU-2 Test Method for Determining Shear Strength of SRW 3. "Design Manual for Segmental Retaining Walls, 2nd Edition," (1997) Page 2 of 11 D. U.S. Department of Transportation — Federal Highway Administration 1. "Mechanically Stabilized Earth Walls and Reinforced Earth Slopes — Design & Construction Guidelines," FHWA-NHI-00-043 (March 2001) E. ICC Evaluation Services (formerly International Conference of Building Officials (ICBG)) ICC ES ER -5515 — Verdura and Candura Segmental Retaining Wall System 1.04 Submittals/Certification A. Contractor shall submit a Manufacturer's certification, prior to start of work, that the retaining wall system components meet the requirements of this specification and the structural design plans. B. Contractor shall submit construction drawings and design calculations for the retaining wall system prepared and stamped by a Professional Engineer registered in the state of the project. The engineering designs, techniques, and material evaluations shall be in accordance with the NCMA Design Guidelines For Segmental Retaining Walls, or the AASHTO Standard Specifications for Highway Bridges, Section 5.8 (whichever is applicable to designer). C. Contractor shall submit a test report documenting strength of specific modular concrete unit and geosynthetic reinforcement connection to VERDURe blocks. The maximum design tensile load of the geosynthetic shall be equal to the laboratory tested ultimate strength of geosynthetic-facing unit connection at a maximum normal force as is appropriate for the vertical location of reinforcement under consideration. The connection strength evaluation shall be performed in accordance with NCMA test method SRWU-1. D. Contractor shall submit a valid ICC ES Legacy Report for the VERDURe Retaining Wall System or any approved equivalent. 1.05 Quality Assurance A. Contractor shall submit certification, prior to start of work, that the retaining wall system (modular concrete units and specific geosynthetic): has been successfully utilized on a minimum of five (5) similar projects that correspond in height, soil fill types, erection tolerances, etc.; and 2. has been successfully installed on a minimum of 1 million square feet (93,000 mz) of retaining walls. B. Contractor shall submit a list of five (5) previously constructed projects of similar size and magnitude by the wall installer where the specific retaining wall system has been constructed successfully. Contact names and telephone numbers shall be listed for each project. C. Contractor shall provide evidence that the design engineer has a minimum of five years of documentable experience in the design for reinforced soil structures. The design engineer shall provide proof of current professional liability insurance with an aggregate coverage limit of not less than $1,000,000. Page 3 of 11 D. Owner shall provide soil testing and quality assurance inspection during earthwork and wall construction operations. Owner's quality assurance program does not relieve the contractor of responsibility for wall performance. 1.06 Delivery, Storage and Handling A. Contractor shall check all materials upon delivery to assure that the proper type, grade, color, and certification have been received. B. Contractor shall protect all materials from damage due to jobsite conditions and in accordance with manufacturer's recommendations. Damaged materials shall not be incorporated into the work. PART 2: PRODUCTS 2.01 Definitions A. Modular Unit - a concrete retaining wall element machine made from portland cement, water, and aggregates. B. Geosynthetic (geogrid and/or geotextile) - a structural element formed by a regular network of woven or woven and coated tensile elements which, when embedded within the soil mass and connected to the modular concrete units, will develop friction and interlock with the surrounding soil, rock, or earth and function primarily as reinforcement. C. Unit Plantable Fill — plantable soil which is placed within and immediately behind the modular concrete units. D. Reinforced Backfill - compacted soil which is placed within the reinforced soil volume as outlined on the plans. E. Geosynthetic/Connector Pipe — Polymeric pipe (typically 1 inch (25 mm) diameter schedule 80 PVC) which is used to interlock and form a positive connection between the block and geosynthetic. Filter Fabric — Permeable non -woven geosynthetic material used to separate soil material from drainage aggregate to minimize potential for soil fines migration into and blockage of the drainage aggregate. G. Filter Material — Open graded rock allowing for free movement of water. 2.02 Modular Concrete Retaining Wall Units A. Modular concrete units shall conform to the following architectural requirements: face color — buff/tan - standard manufacturers' colors may be specified by the Owner. face finish - Standard, Elliptical concrete face, with angled profile permitting concavelconvex curve installation. Face finishes may consist of smooth finish or exposed aggregate as specified by the Owner. Other face finishes will not be allowed without written approval of Owner. Page 4 of 11 bond configuration - running with bonds nominally located at midpoint vertically adjacent units, in both straight and curved alignments. exposed surfaces of units shall be free of chips, cracks or other imperfections when viewed from a distance of 10 feet (3 m) under diffused lighting. B. Modular concrete materials shall conform to the requirements of ASTM C1372 - Standard Specifications for Segmental Retaining Wall Units. C. Modular concrete units shall conform to the following structural and geometric requirements measured in accordance with Section 1.03 and other appropriate references: compressive strength = 4000 psi (27,600KPa) minimum at 28 days; moisture absorption = 6% maximum for standard weight aggregates; dimensional tolerances = ± 1/8 inch (3 mm) from nominal unit dimensions (not including exposed aggregate face texture), ±1/8 inch (3 mm) unit height - top and bottom planes; Unit Type 30 40 50 60 Unit Size, Rail Height, in (mm) 6.5(165) 8 (200) 6.5(165) 8 (200) Unit Size, Crown Height, in (mm) 9.5(240) 11 (280) 9.5(240) 11 (280) Unit Size, Width, in (mm) 18 (450) 18 (450) 18 (450) 18 (450) Unit Size, Depth, in (mm) 12 (300) 12 (300) 18 (450) 18 (450) Weight, (typical), lbs (Kg) 65 (30) 82 (37) 119 (54) 132 (60) inter -unit shear strength - 3500 plf (21.9KWm) minimum at 2 psi (13.8KPa) normal pressure; geosynthetic/unit peak connection strength - 2000 plf (49.7 KN/m) minimum at 2 psi (13.8 KPa) normal force for geogrid and 1000 plf (14.6 KN/m) minimum at 2 psi (13.8 KPa) normal force for geotextiles. D. Modular concrete units shall conform to the following constructability requirements: Vertical setback = Vertical setback to be adjusted to meet requirements as set forth in construction documents. Vertical setback for VERDURe products is a function of unit elliptical face thickness which may typically be adjusted from 45 to 76 degrees from the horizontal. Maximum horizontal planting distance between horizontally adjacent units is limited to 9 inches (230 mm). 2.03 Geosynthetic-Concrete Block Unit Connectors A. Connectors shall be 1 inch (2.5 cm) diameter or greater schedule 80 pipe or equivalent and must be capable of providing positive mechanical interlock between geosynthetic soil reinforcement material (geotextile or geogrid) and block. B. Connectors shall be capable of holding the geosynthetic soil reinforcement in the proper design position during geosynthetic pre -tensioning and backfilling procedures. Page 5 of 11 2.04 Base Leveling Pad Material (if required) A. Material shall consist of a compacted crushed stone or miscellaneous base material as shown on the construction drawings. 2.05 Unit Fill A. Unit fill shall consist of plantable soils having sufficient nutrients to sustain plant growth. Unit fill shall conform to the mix characteristics as specified by the landscape architect. Wfl�-:Z7n=d-I:Vm:iitlI A. Reinforced backfill shall be free of debris and meet the following gradation tested in accordance with ASTM D-6913: Sieve Size 2 inch (50 mm) 3/4 inch 20 mm) No. 40 No. 200 Percent Passino 100-75 100-75 0-60 0-35 Expansion Index (EI) < 50 per ASTM D4829 Plasticity Index (PI) < 20 and Liquid Limit < 40 per ASTM D4318. B. The maximum aggregate size shall be limited to 3/4 inch (19 mm) unless field tests have been performed to evaluate potential strength reductions to the geosynthetic design due to damage during construction. C. Material can be site -excavated soils where the above requirements can be met. Unsuitable soils for backfill (high plastic clays or organic soils) shall not be used in the backfill, in the reinforced soil mass, or in the foundation soils. D. Contractor shall submit reinforced fill sample and laboratory test results to the Architect/Engineer for approval prior to the use of any proposed reinforced fill material. Soil within 6 inches (15 cm) of a geogrid layer shall not contain particles larger than 6 inches (15 cm). 2.07 Geogrid Soil Reinforcement A. Geosynthetic reinforcement shall consist of geotextiles and/or geogrids manufactured specifically for soil reinforcement applications and shall be manufactured from high tenacity polyester yarn, polypropylene or high density polyethylene. Polyester geogrid shall be knitted from high tenacity polyester filament yarn with a molecular weight exceeding 25,000 Meg/m and a carboxyl end group values less than 30. Polyester geogrid shall be coated with a material which is resistant to peeling, cracking, and stripping. B. Ta, Long Term Allowable Tensile Design Load, of the geogrid material shall be determined as follows: Page 6 of 11 Ta = Tult / (RFcr'RFd'RFid'FS) Ta shall be evaluated based on a 75 year design life. 1. Tult, Short Term Ultimate Tensile Strength Tult is based on the minimum average roll values (MARV) 2. RFcr, Reduction Factor for Long Term Tension Creep RFcr shall be determined from 10,000 hour creep testing performed in accordance with ASTM D5262. A minimum reduction value of 1.60 shall be applied to creep (RFcr). 3. RFd, Reduction Factor for Durability RFd shall be determined from polymer specific durability testing covering the range of expected soil environments. RFd = 1.10 minimum. 4. RFid, Reduction Factor for Installation Damage RFid shall be determined from product specific construction damage testing performed in accordance with GRI-GG4. Test results shall be provided for each product to be used with project specific or more severe soil type. RFid = 1.10 minimum. 5. FS, Overall Design Factor of Safety FS shall be 1.5 unless otherwise noted for the maximum allowable working stress calculation. C. The maximum design tensile load of the geogrid shall not exceed the laboratory tested ultimate strength of the geogrid/facing unit connection as limited by the "Hinge Height' divided by a factor of safety of 1.5. The connection strength testing and computation procedures shall be in accordance with NCMA SRWU-1 Test Method for Determining Connection Strength of SRW. D. Soil I nteraction Coefficient, Ci Ci values shall be determined per GRI-GG5 at a maximum 0.75 inch (19 mm) displacement. E. Manufacturing Quality Control The geosynthetic soil reinforcement manufacturer shall have a manufacturing quality control program that includes QC testing by an independent laboratory. The QC testing shall include: Tensile Strength Testing Melt Flow Index (HDPE) Molecular Weight (Polyester) 2.08 Drainage Pipe (if required) A. If required, the drainage pipe shall be perforated or slotted PVC pipe manufactured in accordance with ASTM D-3034. 2.09 Filter Fabric (if required) A. Provide filter fabric consisting of Mirafi 140N or approved equivalent as shown on construction drawings or as directed by the Engineer. 2.10 Filter Material (if required) Page 7 of 11 A. Provide filter material consisting of clean %" (19 mm) crushed rock or approved equivalent as shown on construction drawings or as directed by the Engineer. PART 3 EXECUTION 3.01 Surface Conditions A. Prior to work, carefully inspect previous grading work. 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. C. Verify wall drainage system is coordinated with points of connection to storm drainage system or other proper drainage device. D. In the event of discrepancy, immediately notify the project coordinator. Do not proceed with installation until all such discrepancies have been resolved. 3.02 Layout A. Verify all staking and filed engineering required to implement the work as shown on the drawings. B. Protect all stakes and benchmarks. Replace all stakes and benchmarks damaged during the course of construction at no cost to owner. C. Set grade stakes using instrument technology, at 50 -foot (15.2 m) grid intervals at areas where gradients are less than 2 percent. Set grade stakes using instrument technology, at 25-footinterva Is at areas where grades are greater than 2 percent. D. Hand trim excavations to required elevations. Correct over -excavation with fill materials approved by the geotechnical engineer of record. E. Remove large stones or other hard matter which would damage pipes or impede consistent backfilling or compaction. Provide all equipment of such type, function, and design as required to achieve specific values. Where necessary, provide rubber -tired and vibratory sheepsfoot compaction equipment. 3.03 Subsurface Drainage System Installation (if required) A. Excavate trenches for drainage piping shown on drawings. B. Lay filter fabric in bottom of excavation prior to placing filter material. Place minimum 4 - inch (100 cm) thick bed of filter material over fabric. C. Install and join pipe and pipe fittings in accordance with manufacturers' instructions. Install drainage piping with perforations down. Apply solvent to pipe ends then join pipe ends. Page 8 of 11 D. Lay pipe to slope gradients noted on drawings, with maximum variation from true slope of 1/8 -inch (3.8 mm) in 10 feet (3.05 m). E. Backfill pipe using filter aggregate. F. Wrap filter fabric around filter material with a minimum overlap of 12 inches (0.3 m). G. Install backfill in accordance with the provisions of this section. Do not displace or damage pipe when compacting. H. Extend non -perforated piping to drainage piping as shown on drawings. Provide trenching, bedding, and backfill as required. 3.04 Excavation A. Contractor shall excavate to the lines and grades shown on the construction drawings. Owner's representative shall inspect the excavation and approve prior to placement of leveling material or fill soils. Proof roll foundation area as directed to determine if remedial work is required. B. Over -excavation and replacement of unsuitable foundation soils and replacement with approved compacted fill will be compensated as agreed upon with the Owner. 3.05 Base Leveling Pad (if required) A. Leveling pad material shall be placed to the lines and grades shown on the construction drawings, to a minimum thickness of 6 inches (15 cm) and extend laterally a minimum of 6 inches (15 cm) in front and behind the modular wall unit. B. Soil leveling pad materials shall be compacted to a minimum of 90% Modified Proctor density per ASTM D-1557 C. Leveling pad shall be prepared to insure full contact to the base surface of the concrete units. 3.06 Modular Unit Installation A. First course of units shall be placed on the foundation soils at the appropriate line and grade. Molded surface of modular units shall be used for alignment. Alignment and level shall be checked in all directions and insure that all units are in full contact with the base and properly seated. B. Units shall be placed on the foundation soils with a maximum distance of 9 inches (23 cm) between adjacent units. The spacing between units installed in curved regions (concave or convex) must be adjusted accordingly and such that the running bond layout is maintained. Vertically adjacent units shall be centered on units above and below. All block layout and placement shall be in accordance with manufacturer's recommendations. C. Modular units may be installed horizontally with respect to the profile wall alignment or may be made to follow the bottom of wall contours ("run with the grade'). Where bottom Page 9 of 11 of wall contours are used to set the first row of modular blocks, grades may not slope more than 15% with respect to the wall profile base. D. Place and compact fill within and behind wall units. After unit fill is compacted, excess unit fill must be screeded (rod -boarded) off to develop a flat base upon which subsequent units can be positioned. Place and compact backfill soil behind units. Follow wall erection and unit fill closely with structure backfill. E. Maximum stacked vertical height of wall units, prior to unit fill and backfill placement and compaction, shall not exceed one course. 3.07 Geosynthetic Soil Reinforcement Installation A. Geosynthetic soil reinforcement shall be oriented with the highest strength axis perpendicular to the wall alignment. B. Geosynthetic soil reinforcement shall be placed at the strengths, lengths, and elevations shown on the construction design drawings or as directed by the Engineer. Where geosynthetic placement elevations vary from facing unit increments, geosynthetic elevations may be adjusted up or down by 4 inches (100 mm) maximum. C. The Geosynthetic soil reinforcement shall be laid horizontally on compacted backfill and attached to the modular wall units. A tolerance from face to tail of reinforcement of 6 inches (15 cm) in 10 feet (3 m) is acceptable relative to horizontal geosynthetic orientation. Place the next course of modular concrete units over the Geosynthetic soil reinforcement. The Geosynthetic soil reinforcement shall be pulled taut, and anchored prior to backfill placement on the Geosynthetic soil reinforcement. D. Geosynthetic soil reinforcement shall be continuous throughout the length of embedment. Spliced connections between shorter pieces of Geosynthetic soil reinforcement will not be permitted. 3.08 Reinforced Backfill Placement A. Reinforced backfill shall be placed, spread, and compacted in such a manner that minimizes the development of slack in the Geosynthetic soil reinforcement and installation damage. B. Reinforced backfill shall be placed and compacted in lift thicknesses not to exceed the "rail height" of the units being placed. Where heavy compaction equipment is used, compaction lift thicknesses of up to 8 inches (20 cm) may be employed. Lift thickness shall be decreased to achieve the required density as required. C. Reinforced backfill shall be compacted to 90% of the maximum density as determined by ASTM D1557. The moisture content of the backfill material prior to and during compaction shall be uniformly distributed throughout each layer and shall be within +/- 2% of optimum moisture content, or as directed by Engineer. D. Only lightweight hand -operated equipment shall be allowed within 1 foot (0.3 m) from the back of the modular concrete unit. E. Tracked construction equipment shall not be operated directly upon the Geosynthetic soil reinforcement. A minimum fill thickness of 6 inches (15 cm) is required prior to operation of tracked vehicles over the Geosynthetic soil reinforcement. Tracked vehicle turning Page 10 of 11 should be kept to a minimum to prevent tracks from displacing the fill and damaging the Geosynthetic soil reinforcement. Rubber tired equipment may pass over Geosynthetic soil reinforcement at slow speeds, less than 10 MPH (16 KPH). Sudden braking and sharp turning shall be avoided. G. At the end of each day's operation, the Contractor shall slope the last lift of reinforced backfill away from the wall units to direct runoff away from wall face. The Contractor shall not allow surface runoff from adjacent areas to enter the wall construction site. H. Care should be taken during excavation for and construction the V -ditch (if necessary) and all other types of wall structure not to damage the upper geogrid layers. If the geogrid layers are damaged, they may need to be properly replaced. 3.09 Erosion Control A Provide dust and erosion control protection plan in accordance with the contract documents. 3.10 As -built Construction Tolerances A. Vertical alignment: ± 1.5 inch (37 mm) over any 10 ft (3 m) distance. B. Wall Batter: within 2 degrees of design batter. C. Horizontal alignment: ± 1.5 inches (37 mm) over any 10 ft (3 m) distance. D. Corners, bends, curves: ± 1 ft (0.3 m) to theoretical location. E. Maximum horizontal gap between erected units shall be 9 inches (23 cm). 3.11 Field Quality Control A. The Owner shall engage inspection and testing services, including independent laboratories, to provide quality assurance and testing services during construction. This does not relieve the Contractor from securing the necessary construction control testing during construction. B. Qualified and experienced technicians and engineers shall perform testing and inspections services. C. As a minimum, quality assurance testing should include foundation soil inspection, soil and backfill testing, verification of design parameters, and observation of construction for general compliance with design drawings and specifications. D. Field inspection and testing shall be performed by the geotechnical engineer of record. 3.12 Special Inspections A. Per ICC ES Report ER -5515, special inspections during installation must be performed in accordance with Section 1701 of the CBC. The special inspector must be qualified by the building official in accordance with Section 1701.2 of the CBC. The inspector's respsibilities include verifying the following as described previously: Foundation preparation. Page 11 of 11 2. Unit placement, including alignment and inclination. 3. Geosynthetic reinforcement length, strength, and placement with respect to elevation and orientation. 4. Backfill soil structual properties 5. Backfill placement and compaction. PART 4 MEASUREMENT AND PAYMENT December 2008 SECTION 033000 CAST -IN-PLACE CONCRETE FOR SHADE STRUCTURE PART 1 — FOUNDATIONS 1.1 PRE -INSTALLATION CONFERENCE: A. Conduct conference meeting at the project site or via audio / visual conferencing to clarify all of the following issues prior to any excavation or concrete work with the following representatives: General Contractor Representative Owner Representative Subcontractor(s) B. Related Sections: Conformance with the following organizations and applicable codes: (ACI) American Concrete Institute (CRSI) Concrete Reinforcing Steel Institute (manual of standard practices) (ASTM) American Society of Testing and Materials ASTM C 94 Standard Specifications for Ready Mix Concrete ASTM E 329 Testing ASTM C494/C, 494M, Type A Water -Reducing Admixtures ASTM/C 494M, Type B Retarding Admixture ASTM/C 494M, Type D Water -Reducing and Retarding Admixture ASTM C494/C, 494M, Type F High Range, Water -Reducing Admixtures ASTM/C 494M, Type G High Range, Water -Reducing and Retarding Admixture ASTM C 1017/C 1017M, Type II Plasticizing and Retarding Admixture ASTM A-615 / A615M Reinforcing Steel ASTM C 1077 Standard Practices for Laboratories Testing Concrete ASTM 117 Specifications for Tolerances for Concrete Construction and Materials ACI 301 Specifications for Structural Concrete ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 308R Guide to Curing Concrete ACI 318-08 Building Code Requirements for Structural Concrete C. Summary: • Prior to the conference, the subcontractor is required to have the locations properly laid out depicting the location of each foundation and the diameter of the excavation required. • Employ the services of an underground utilities locating company to ensure that no interferences are encountered during the act of excavation which could cause damages or life safety issues. Contractor is to document all overhead utilities and obstructions. • Review of the site and equipment required for the excavation and concrete placement; ensure that the current site conditions can accommodate the required construction equipment. Sunset Ridge Park Cast -in -Place Concrete Dated: May 29, 2013, 2013 033000-1 • The use an experienced / qualified supplier of Ready -Mixed Concrete as the PRIMARY source of concrete supply. An exception can be made in the event there are no qualified Ready -Mixed Concrete suppliers within an acceptable area. Any exceptions need to be approved by the architect and or owner. • All concrete required to pass ASTM C 94 28 day compressive strength test results per ASTM C 1077, ASTM E 329. Concrete compressive strength will be 3,000 PSI. • Review with Owner, if additional testing (other than the quality control provided by the Ready -Mixed Concrete supplier provides) will be required. Any additional testing will be provided and paid for by the General Contractor or the Owner. PART 2 — PRODUCTS 2.1 FORM -FACING MATERIALS A. Form -Facing Panels for cast in place finishes: Steel, glass -fiber -reinforced plastic, or other approved nonabsorptive panel materials that will provide continuous, true, and smooth architectural concrete surfaces. Panels are to be furnished in largest practicable sizes to minimize number of expansion or control joints. Conformance with ACI 318-08. B. Forms for Cylindrical Columns, Pedestals, and Supports: Metal or glass -fiber -reinforced plastic, that will provide surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class 1 or better. All forming will provide the necessary support not to allow deformation or leakage in the designed configuration. 2.2 STEEL REINFORCEMENT A. All reinforcement shall conform to ASTM A-615 / A615M Grade 60 deformed. B. Reinforcing steel shall be detailed, fabricated and placed in accordance to the latest ACI 117 detailing manual and CRSI Manual of Standard Practice and submitted for approval. 2.3 CONCRETE MIXING A. Ready -Mixed Concrete: measure, batch, mix, and deliver concrete in accordance with ASTM C 94 and ACI 318- 08, and furnish supplier batch tickets for each truck. 1. When air temperature is between 85 and 90° F, reduce mixing and delivery time from 1 '/2 hours to 75 minutes; when air temperature is above 90° 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 and ACI 318-08. 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 '/2 minutes, but not more than five (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. 3. Provide Batch Ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity and amount of water added. Record approximate location of final deposit in structure. C. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water -Reducing Admixtures: ASTM C494/C, 494M, Type A. 2. Retarding Admixture: ASTM/C 494M, Type B. 3. Water -Reducing and Retarding Admixture: ASTM/C 494M, Type D. 4. High Range, Water -Reducing Admixtures: ASTM C494/C, 494M, Type F. 5. High Range, Water -Reducing and Retarding Admixture: ASTM/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type If. Sunset Ridge Park Cast -in -Place Concrete Dated: May 29, 2013, 2013 033000-2 PART 3 — EXECUTION 3.1 FORMWORK A. Design, erection, shoring, bracing and maintain formwork, according to the ACI 301, to support vertical, lateral, static and dynamic loads, and construction loads that might be applied, until structure can support such loads. Conformance is required with ACI 318-08. B. Construct forms tight enough to prevent loss of concrete latents. C. Fabricate concrete forms for ease of removal without hammering or prying against concrete surfaces. Provide surface protection where stripping may damage any concrete surfaces. 3.2 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, form -release agent, reinforcement, and embedded items are complete and that all required inspections have been performed and released to proceed. B. Do not add water to concrete during delivery, at project site, or during placement unless approved by Authorized Representative. C. Deposit concrete continuously between construction joints. Deposit concrete to avoid aggregate segregation in accordance with ACI 318-08. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to 318-08. 3. The use of vibratory equipment to transport concrete in chutes and forms is not permitted. Insert and withdraw vibratory equipment vertically at uniformly and spaced locations; rapidly penetrate placed layer and at least six (6) inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. Do not permit vibrators to contact forms. Do not place vibratory equipment in contact with concrete forming system. D. Cold -Weather Placement: Comply with ACI 301, ACI 306R and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40° F for three (3) successive days, maintain delivered concrete mixture temperature within the temperature range required. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt or other materials containing antifreeze agents. 4. Do not use chemical accelerators unless otherwise specified and approved in design mixtures. E. Hot -Weather Placement: Comply with ACI 301, ACI 305R and as follows: 1. Maintain concrete temperature below 90° F at time of placement. Chilled mixing potable water or chopped ice may be used to control temperature, provided potable water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option and must be approved. 2. Fog -spray forms, steel reinforcement and Subgrade just before place concrete. Keep Subgrade uniformly moist free of standing water, soft spots or dry areas which would be detrimental to the sub grade and or concrete performance. 3.3 FINISHES, GENERAL A. Architectural Concrete Finish: Match Authorized Representative's design reference sample, identified and described as indicated, to satisfaction of Authorized Representative. B. 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. 1. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. C. Maintain uniformity of special finishes over construction joints, unless otherwise indicated. Sunset Ridge Park Cast -in -Place Concrete Dated: May 29, 2013, 2013 033000-3 3.4 AS -CAST FORMED FINISHES A. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Remove fins / voids and other projections exceeding specified limits on formed -surface irregularities. B. Rubbed Finish: Apply the following to smooth -form -finished as -cast concrete where indicated: 1. Smooth -Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. C. Form -Liner Finish: Produce a textured surface free of pockets, streaks and honeycombs, fins / voids with uniform appearance, color and texture. 3.5 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Concrete placement is to be compliant with ACI 301 along with ACI 306R for cold -weather protection and with ACI 305R for hot -weather protection during curing. B. Cure according to ACI 308R, by one or a combination of the following methods that will not mar, discolor or stain concrete; 1. Moisture Curing: Keep exposed surfaces of cast -in-place architectural concrete continuously moist with the following materials: a. Potable water. b. Continuous water -fog spray. c. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12" (300mm) lap over adjacent absorptive covers. 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" (300mm), and sealed by waterproof tape / adhesive secured to ensure that it remains curing the entire process. Cure for not less than seven days. Immediately repair any holes or tears during curing period; use cover material and waterproof tape. 3.6 REPAIRS, PROTECTION AND CLEANING A. Repair and cure damaged finished surfaces of cast -in-place architectural concrete when approved by Authorized Representative. Match repairs to color, texture and uniformity of surrounding surfaces and to repairs on approved mockups. 1. Remove and replace cast -in-place architectural concrete that cannot be repaired and cured to Authorized Representative's approval. B. Protect comers, edges and surfaces of cast -in-place architectural concrete from damage; with use of fencing / barricades or other approved security devices. C. Protect cast -in-place architectural concrete from staining, laitance and contamination during remainder of construction period. D. Clean cast -in-place architectural concrete surfaces after finish treatment to remove stains, markings, dust and debris. E. Wash and rinse surfaces according to concrete finish applicator's written recommendations. Protect other Work from staining or damage due to cleaning operations. 1. Do not use cleaning materials / agents or processes that could change the appearance of cast -in-place architectural concrete finishes. --- END OF SECTION --- Sunset Ridge Park Cast -in -Place Concrete Dated: May 29, 2013, 2013 033000-4 SECTION 133100 TENSILE MEMBRANE SHADE STRUCTURES WITH HIGH DENSITY POLYETHYLENE (HDPE) MESH MEMBRANE FABRIC PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification sections, apply to the Work of this Section. 1.2 SUMMARY A. This section includes an exterior architectural tensile membrane roof structure system. B. The tensile HDPE mesh membrane structure contractor (hereafter referred to as "Subcontractor") shall be responsible for the structural design, detailing, fabrication, supply, and installation of the Work specified herein, some or all of which may be contracted by Subcontractor to others meeting the qualification requirements of Section 1.5. The intent of this specification is to establish in the first instance an undivided, single -source responsibility of the Subcontractor for all of the foregoing functions. C. Subcontractor's Work shall include, but not necessarily be limited to, the structural design, supply, fabrication, shipment and erection of the following principal items: 1. The architectural mesh membrane as indicated on the drawings and in these specifications. 2. Cables and End Fittings. 3. Perimeter, catenary, and clamping system. 4. Structural weathered steel, including columns, struts, beams and/or weldments, as indicated on the drawings. 5. Fasteners and gasketing. D. The architectural mesh membrane used in these structures shall be HDPE (High Density Polyethylene) All references to "membrane" or "HDPE" in this Section 133100, without exception, and whether singular, plural, or capitalized or not, are to such architectural membrane E. Related Sections: 1.3 033000—Cast—In—Place Concrete. 1.4 REFERENCES A. General: Except as otherwise shown or noted, all Work shall comply with the requirements of the following codes and standards: 1. American Institute of Steel Construction (AISC). a. Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings. b. Code of Standard Practice for Steel Buildings and Bridges. c. Specification for Structural Steel Buildings — Allowable Stress Design and Plastic Design. Sunset Ridge Park Tensile Membrane Structure 05/29/13 133100-1 d. Specification for Allowable Stress Design of Single -Angle Members. e. Seismic Provisions for Structural Steel Buildings. 2. American Society of Civil Engineers (ASCE). a. ASCE 19: Structural Applications of Steel Cables for Buildings. b. ASCE 7: Minimum Design Loads for Buildings and Other Structures. 3. America Society of Testing and Materials (ASTM). a. ASTM A 586: Standard Specification for Zinc -Coated Steel Structural Strand. b. ASTM A 603: Standard Specification for Zinc -Coated Steel Structural Wire Rope. c. ASTM E 84: Standard Test Methods for Coated Fabrics and Laminates. d. ASTM A 847: High Strength Weathering Steel. e. ASTM E 108: Standard Test Methods for Fire Tests of Roof Coverings. 4. America Welding Society (AWS). a. AWS D1.1: Structural Welding Code. b. AWS 2.4: Symbols for Welding and Nondestructive Testing. 5. Aluminum Association. a. Specifications for Aluminum Structures. 6. National Fire Protection Association (NFPA). a. NFPA 701: Standard Methods of Fire Tests for Flame Resistant of Textiles and Films. 7. Steel Structures Painting Council (SSPC). a. Steel Structures Painting Manual, Volumes 1 and 2. 1.5 SYSTEM REQUIREMENTS A. General: Provide a structural mesh membrane system that complies with requirements specified herein by testing the Subcontractor's corresponding membrane system in accordance with the indicated test methods. B. Building Code Criteria: The tensile membrane structure shall comply with the California Building Code 2010. *PLEASE NOTE ALL BELOW ITEMS WILL MEET CBC 2010 STANDARDS • Snow Load Importance Factor: 5psf • Roof Live Load: 5psf • Basic Wind Speed: 90mph • Wind Exposure Category: C C. Life Safety: All tensile membrane structures shall be detailed so that no life safety issue is created in the event of a loss of a part of the membrane. The tensile membrane structure shall not rely on the membrane for structural stability. 1.5 QUALITY ASSURANCE A. Subcontractor Qualifications: Fabrication and erection of the tensile membrane structure is limited to firms with proven experience in fabrication and construction of complex tensile membrane structures. Such firms, through their own experience and/or that of their qualified subcontractors, shall meet the following minimum requirements: Sunset Ridge Park Tensile Membrane Structure 05/29/13 133100-2 1. The Subcontractor shall have at least ten (10) years experience in the successful fabrication and erection of permanent, custom tensile HDPE mesh membrane structures. 2. The Subcontractor shall have fabricated and erected at least twenty (25) HDPE mesh membrane structures, with at least ten (10) structures of similar size and complexity as this project. 3. Demonstrate it has maintained an in-house professional engineering design staff for at least ten (10) years, and will provide final engineering drawings that have been prepared by licensed Professional Engineers in its employ. 4. The Subcontractor shall demonstrate it has a fabrication facility of adequate capacity and a staff experienced in the fabrication HDPE mesh membrane structures that will undertake the fabrication of this project. 5. The Subcontractor shall submit a Corporate Quality Control Manual describing the company's complete Quality Assurance Program. 6. All bidders will need to provide a Payment & Performance Bond. The bidder needs to provide proof of a minimum bonding capacity of $20.,000,000 by providing a signed letter from their surety company with their bid. 7. All bidders shall be able to provide proof with their bid of a minimum of $2,000,000 general/public liability insurance, $3,000,000 professional liability (PL) insurance and additional $10,000,000 umbrella/excess liability insurance. 8. All bidders must provide a signed letter with their bid from their legal representative stating that they are not or have not been in litigation with Owners, Contractors or A/E firms for failed structures within the past ten (10) years. 9. The Subcontractor must demonstrate their company's steel fabrication capability by submitting a copy of their IAS Approved Fabricator Status. This is to be provided directly by the Subcontractor and Outside third party fabricators will not be accepted. 1.6 SUBMITTALS A. Submit under provisions of Section 013300 —Submittal Procedures. B. General: Not withstanding any provisions of these specifications that may appear to be to the contrary, any and all submittals by the Subcontractor shall be subject to review, approval, and adoption by the Architect/Engineer as part of the overall project design and engineering, and shall not create a contractual or other professional design relationship between the Subcontractor and either the Architect/Engineer or the Owner. C. Product Data: Include manufacturer's specifications for materials, fabrication, installation, and recommendations for maintenance. Include test reports showing compliance with project requirements where test method is indicated. Sample: Submit selection and verification samples. D. Design Drawings: Subcontractor shall submit tensile membrane structure drawings defining the completed structure, anchorage and connection details, interfaces with building construction, and general membrane seam arrangements. Design Drawings are to be signed and sealed by a Professional Engineer licensed in the State of California. E. Design Calculations: Subcontractor shall submit complete calculations for the Tensile Membrane Structure, as one package with the Design Drawings, signed and sealed by a Professional Engineer licensed in the State of California. Structural calculations shall include all required loading cases and load combinations used in the design and resulting member forces, reactions, deflections and drift. The magnitude of maximum reactions on the supporting structures from all critical load combinations shall be separately tabulated. Critical load conditions used in the final sizing of the members shall be emphasized. The design analysis shall include the name and office phone number of the designer to answer questions during the design drawing review. Sunset Ridge Park Tensile Membrane Structure 05/29/13 133100-3 F. Quality Assurance Submittals. 1. Test Reports: Provide test reports from a qualified testing laboratory that show compliance of the Subcontractor's HDPE tensile mesh membrane system with specification requirements, as follows: a. Physical test data of the actual fabric roll goods to be used in the project confirming conformance with specifications for the membrane. 2. Certificates: Product certificates signed by the Subcontractor certifying materials comply with specified characteristics, criteria, and physical requirements. G. See Section —017000— Close-out Procures: submit the following items: 1. Warranty: Project Warranty documents as described herein. 2. Record Documents: Project record documents for installed materials in accordance with Conditions of the Contract and Division 1 Submittal Procedures Section. 1.7 PRODUCT DELIVERY, STORAGE, AND HANDLING A. See Section — 016000 —Product Requirements. B. Materials shall be packed, loaded, shipped, unloaded, stored and protected in a manner that will avoid abuse, damage and defacement. 1.8 WARRANTY A. The Subcontractor shall furnish the Owner with a written Warranty, which warrants that the membrane, its perimeter attachment system, and the structural support system as supplied by the Subcontractor have been installed in accordance with the project specifications and will be free from defects in materials and workmanship that will impair their normal use or service. The Warranty shall start from the date of Substantial Completion of the tensile membrane structure; which shall be the first date on which the entire tensile membrane structure is subject to design pre -stress conditions. B. One (1) year workmanship warranty on installed products. Ten (2) year structural warranty on structural steel and cables. Membrane Manufacturer's (5) year standard pass thru warranty against UV degradation. PART 2 — MATERIALS 2.1 QUALIFIED CONTRACTOR A. USA Shade & Fabric Structures, Inc., branded as FabriTec Structures ATTN: Patti Abrecht 350 Kalmus Drive Costa Mesa, CA 92626 949-466-4592 Tel B. Or approved equal. Substitution requests must be submitted by a Prime Bidder a minimum of ten (10) days prior to bid date. Any approved equals shall be issued by addendum only, prior to the bid date. C. Approved bidders must meet all qualifications in Section 1.5 — Quality Assurance and show written proof for each item listed to become an approved equal. Sunset Ridge Park Tensile Membrane Structure 05/29/13 133100-4 2.2 ARCHITECTURAL MEMBRANE A. General: The Colourshade® FR mesh membrane used in these structures shall be UV stabilized High Density polyethylene (HDPE). The mesh shall be rachel knitted monofilament and tape yarn filler to ensure that the material will not unravel if cut. All references to "membrane" or "HDPE" in this Section 133100, without exception, and whether singular, plural, or capitalized or not, are to such architectural mesh membrane. B. The membrane shall meet the following general requirements: 1. Source Quality Control: The primary materials shall be obtained from a single manufacturer. Secondary materials shall be those recommended by the primary manufacturer. 2. Physical Characteristics: The following indicates a range of physical property types for Colourshade@ FR HDPE mesh architectural membranes. The determination of specific characteristics and selection of a membrane shall be derived from analysis and calculations carried out by the Professional Engineer for this project. a. Construction: b. Fabric Mass: (oz./sq. ft.): (ASTM D E-84) c. Minimum Temperature: d. Maximum Temperature: h. Flame Retardance (NFPA 701-97): UV stabilized, Rachel knit construction 2.43 — 2.58 ounces per square yard -13°F (-25°C) +1760F(800C) Weathered or un -weathered C. The stitching & thread shall meet the following general requirements: 1. All sewing threads are to be double stitched using GORE Tenara Sewing Thread manufactured from 100% expanded PTFE (Teflon); mildew resistant exterior approved thread. Thread shall meet or exceed the following: a. Flexible temperature range b. Very low shrinkage factors c. Extremely high strength, durable in outdoor climates d. Resists flex and abrasion of fabric e. Unaffected by cleaning agents; acid rain, mildew, salt water and rot resistant, unaffected by most industrial pollutants f. Treated for prolonged exposure to the sun. 2.3 CABLE AND END FITTINGS A. Materials. 1. All structural wire rope cables shall conform to the latest revision of ASTM A603. 2. All structural strand cables shall conform to the latest revision of ASTM A 586. 3. All cables shall be coated to "Class A" zinc coating throughout. B. Fabrication. 1. Cable Fabricator shall provide effective quality control over all fabrication activities. Inspection of the place of fabrication may occur at any time to verify proper quality control. This inspection does not relieve the Fabricator from meeting the requirements of this specification. 2. Cables that are designated to be pre -stretched shall be pre -stretched per ASTM A 603 for wire rope and ASTM A 586 for structural strand. Cables of the same type shall have the same modulus of elasticity. Sunset Ridge Park Tensile Membrane Structure 05/29/13 133100-5 3. All cables shall be manufactured to the following length tolerances at 70° Fahrenheit (23° Celsius): a. Length < 70 feet (213 meters) '/4 inch (6.4 mm) b. Length 70 to 270 feet (32.3 to 82.3 meters) 0.03% of length c. Length > 270 feet (82.3 meters) 1 inch (25.4 mm) 5. All cables and end fittings shall be delivered clean and dry. 6. All cable end fittings shall be designed and attached to develop the full breaking strength of the cable. Thimble end fittings shall develop a minimum of 90 percent of the cable breaking strength. 7. End fittings shall be electro -galvanized. Any damage to the zinc coating shall be cleaned and painted with a gray zinc -rich paint per ASTM A 780. - 8. End fittings shall be Crosby or equal. End fittings shall meet or exceed ASME 830.26 Federal Specification RR -C-271 F, Type IV A, Grade A, Class 3 2.3 STRUCTURALSTEEL A. General: The structural steel fabrication shall comply with the latest revision of all applicable codes, standards and regulations including the following: 1. ASTM A 847 2. AISC: "Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings' and "Code of Standard Practice for Steel Buildings and Bridges". 3. Research Council on Riveted and Bolted Structural Joints: "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts'. 4. AWS D 1.1 and AWS A 2.4. B. In the event of conflict between pertinent codes and regulations, and the requirements of the references standards or these specifications, the provisions of the more stringent shall govern. C. Submittals. 1. General: Submit the following under provisions of Section 013300 — Submittal Procedures. 2. Shop Drawings: a. The Structural Steel Fabricator shall submit shop drawings to the Subcontractor for approval b. The drawings shall show all shop and erection details including cuts, copes, connections holes, threaded fasteners, bolts, stands and spacing, etc. c. The drawings shall show all welds, both shop and field, by the currently recommended symbols of the AWS. d. A welding procedure must be submitted to the Subcontractor for approval of welds that are not pre- qualified. e. Shop drawings shall be carefully checked before being submitted for approval, and shall be submitted in the order in which they are needed for the executive of the work, well in advance and not all at one time. Submitted drawings shall show all structural steel required for the work, whether or not indicated on the drawings. f. The Fabricator shall not fabricate any material until after receipt of approved shop drawings. Sunset Ridge Park Tensile Membrane Structure 05/29/13 133100-6 g. The Fabricator shall immediately make all corrections to his drawings as required by the Subcontractor and shall keep a satisfactory history of all changes by separately numbered and dated revision block on a convenient portion of each drawing affected. h. Certification of material conformance that includes chemical and physical properties for all structural elements shall be submitted to the Subcontractor. D. Materials. 1. Structural steel for plates and bars shall conform to the requirements of ASTM A 847, unless noted otherwise. 2. Structural tubing shall conform to ASTM A 847 3. Structural bolts. a. High strength bolts: ASTM A 325, unless noted otherwise b. Common bolts and nuts: ASTM A 307 4. Other materials: All other materials, not specifically described but required for a complete and proper installation of structural steel, shall be provided and shall be new, free from rust, first quality of their respective kinds, and subject to the approval of the Subcontractor. E. Accessories. 1. Base Plates and Anchor Bolts. a. Base plates supported on concrete, whether shop attached or shipped loose, shall be furnished and set on shims or leveling plates. Grouting shall be by the foundation supplier. b. Anchor bolt locations shall be furnished by the Subcontractor and used by the General Contractor to set the bolts. The foundation supplier is to check carefully the setting of the bolts to their proper position prior to pouring of concrete. Anchor bolts, provided by the foundation supplier, shall have two (2) nuts and washers. Damaged threads shall be repaired or be cut to permit full tightening of nuts. F. Fabrication. 1. Workmanship: All members, when finished, shall be true and free of twists, bends, and open joints between the components parts. Members shall be thoroughly straightened in the shop by methods that will not injure them, before being worked on in any way. a. Properly mark materials, and match -mark when directed by the Subcontractor, for field assembly. 2. Connections: a. Connections shall be as indicated on the drawings. When details are not shown the connections shall conform to the requirements of the AISC. b. Provide high-strength threaded fasteners for all structural steel bolted connections, unless noted otherwise. c. Combination of bolts and welds in the same connection are not permitted, unless otherwise details. d. Welded Connections. i. Definitions: All terms herein relating to the welds, welding and oxygen cutting shall be construed in accordance with the latest revision of "Standard Definitions of Welding Terms and Master Chart of Welding Processes' of the AWS. ii. Operators: Welds shall be made only by operators who have been previously qualified by tests, as prescribed in AWS D1.1 to perform the type of work required. Sunset Ridge Park Tensile Membrane Structure 05/29/13 133100-7 iii. Welding equipment shall be of sufficient capacity and maintained in good working condition, capable of adjustment in full range of current settings. Welding cables shall be adequate size for the currents involved and ground methods shall be such as to insure proper machine operation. iv. No welding shall begin until joint elements are clamped in proper alignment and adjusted to dimensions shown on the drawings with allowance for any weld shrinkage that is expected. No members are to be spliced without prior approval. All welding shall be done in accordance with the reference specifications, with the following modifications and additions: All field welding shall be done by manual shielded metal -arc welding. All groove welds shall have complete penetration, unless otherwise specified on the drawings. The minimum preheat and inter -pass temperature requirements shall be as required per AWS D 1.1. vi. Welding Sequence: Heavy sections and those having a high degree of restraint must be welded in a sequence with the prop preheat and post -weld heat treatment such that no permanent distortion occurs. Submit a welding sequence for approval for these types of connections. vii. Oxygen Cutting: Manual oxygen cutting shall be done only with a mechanically guided torch. Alternatively, an unguided torch may be used provided the cut is not within % inch of the finished dimension and the final removal is completed by chipping or grinding to produce a surface quality equal to that of the base metal edges. The use of oxygen -cut holes for bolted connections will under no circumstances be permitted, and violation of this clause will be sufficient cause for the rejection of any pieces in which oxygen -cut holes exist. 3. Tolerances: All tolerances shall be as per the AISC "Code of Standard Practice for Steel Buildings and Bridges". G. Source Quality Control: 1. Testing. a. An independent testing laboratory paid for by the Owner shall perform testing and inspection of the structural steel and welding. All welds shall be tested by visual, dye penetrant, magnetic particle methods or ultrasonic methods in accordance with instructions from the Subcontractor. b. The Subcontractor and the testing laboratory inspector shall be permitted to inspect the work in the shop or field throughout fabrication and erection. c. The Inspector shall check for workmanship of steel, both in the shop and field, and check general compliance with the Contract Documents and steel shop drawings. The Inspector shall record types and locations of all defects found in the work and measures required and performed to correct such defects. d. The Steel Fabricator shall make all repairs to defective work to the satisfaction of the Inspector and at no additional cost to the Subcontractor. e. The Inspector shall submit reports of his inspection and test findings to the Subcontractor. He shall records all defects found with the subsequent repair operations and submit reports to the Subcontractor. f. The work of the independent inspector shall in no way relieve the Steel Fabricator of his responsibility to comply with all requirements of the Contract Documents. H. Product Handling and Protection: Use all means necessary to protect structural steel before, during and after installation, and to protect the installed work and materials of all other trades. Sunset Ridge Park Tensile Membrane Structure 05/29/13 133100-8 I. Rejection and Replacement: In the event of damage to the steel, immediately make all repairs and replacements necessary to the approval of, and at no additional cost, to the Subcontractor. 2. Any materials or welding rejected through inspection either in the shop, mill or field must be promptly replaced to the satisfaction of, and at no additional cost to, the Subcontractor. J. Qualifications of Steel Fabricator: The Steel Fabricator shall have not less than five 10 years' continuous experience in the fabrication of structural steel. PART 3 - FABRICATION AND ERECTION 3.1 FABRICATION OF MEMBRANE PANELS A. General. Membrane assembly design drawings shall include all information necessary for the fabrication by the Subcontractor of the tensile membrane structure. 2. The Subcontractor shall take necessary care to plan and assemble the fabricated sections such that the assembly has no shop patches. 3. All joints, re -enforcements, cuffs, and keder edges shall be sewn in accordance with industry standards. 3.2 ERECTION OF MEMBRANE ASSEMBLIES A. Prior installation of the membrane assemblies, the Subcontractor shall meet with the General Contractor to review the erection procedure and scheduling. The Subcontractor shall coordinate all work with other trades. B. No trade shall have access to, or work from the membrane, unless authorized by the Subcontractor in writing. C. Erection of Structural Steel. 1. The Subcontractor shall employ a competent foreman to supervise all work of steel erection. This foreman shall be present at all times during the Subcontractor's scope of work. 2. All precautions shall be taken to ensure an accurately located and completely safe and stable structure at all times. Adequate guy cables shall be used throughout the work and all erection bolts shall be drawn up tight. 3. All steel shall be accurately aligned before permanent connections are made. 4. Temporary bracing shall be left in place as long as may be required for safety. The bracing shall be located so it does not interfere with the erection for the tensile membrane structure, and can be removed as required during construction. a. The structure is to be self-supporting and stable after the structure is fully completed. It is the Subcontractor's sole responsibility to determine the erection procedure and sequence and to ensure the safety of the structure and its component parts during erection. This includes the additional of whatever temporary bracing, guys or tie -downs that may be necessary. Such materials shall be removed by the Subcontractor and remain his property after completion of the property. 5. Erection tolerances shall be specified in the AISC "Code of Standard Practice for Steel Buildings and Bridges", unless otherwise noted. 3.3 CLEANING A. Protect work from damage and deterioration during installation. Sunset Ridge Park Tensile Membrane Structure 05/29/13 133100-9 B. Upon completion of tensile membrane structure installation: The Subcontractor shall clean all surfaces of the system's components in conformance with the membrane manufacturer's recommendations. 2. Inspect the system and repair membrane panels that become damaged. Repairs shall be executed in such a way that they are visually acceptable. --- END OF SECTION --- Sunset Ridge Park Tensile Membrane Structure 05/29/13 133100-10 Appendix 1A (Horticultural Soils Report — Part 1) Locations: 1101 S. Winchester Blvd. Suite G - 173 San Jose, CA 95128 (408) 727-0330 4741 E. Hunter Ave., Suite A Anaheim, CA 92807 (714) 282-8777 50i (es.- Plant La%oratory, Inc Leaders in Soil 8 Plant Testing Since 1946 wvrvta nimciplantlaboratory com Anaheim office Lab No: 10-041-0007 February 23, 2010 EPT Design 9821 Irvine Center Dr. Irvine, CA 92618 Attn: Dennis Sullivan SUNSET RIDGE - NEWPORT Attached are the results of the analyses performed on three soil samples that were collected from the above mentioned project site by the undersigned on February 10, 2010. These samples were analyzed for agricultural suitability to identify potential problem areas at a project site scheduled to receive the installation of general landscape and California native plants. Each sample is a composite of multiple sub samples that were collected from throughout the areas indicated on the attached map. In January of 2008 a visit was paid to the site to collect samples from the mesa portion of this project site and the flat areas which are shown as the parking lot, sports field, large grass areas, and a portion of the slope along Superior. That testing showed favorable soil chemistry and texture in all but the slope along Superior Ave. where plant growth is poor. The slope was found to be very heavy in texture with a USDA soil classification of silty loam and salinity in that sample was very high. A map showing those sample locations, the results of the soil analyses and a complete discussion of the findings can be reviewed in report# 08-021-0015. #1' Location Throughout this area, there are patches of ground in which asphalt and/or other rocky debris exists. In those areas, it is difficult to penetrate the soil more deeply than an inch or two. Drainage and root development could be severely impeded in those areas and that debris should be removed prior to planting. The area in which most of this debris, along with sections of nearly intact asphalt, runs primarily up the center of the area marked as "#1" on the attached map. There are also some patches of construction material along the bottom of the mesa that runs along the western edge of this location, although construction debris is not so prevalent in that area. ® Soil�Peant La6oratory,Inc Leaden in Sail & Plant Testing Since 1946 vmrw.soilandplantlaboratory com Page 2 EPT Design February 23, 2010 #1' Location Continued Nitrogen and potassium are low while phosphorous is well supplied. Calcium and magnesium are sufficient for plant nutrition. Copper, zinc and iron are well supplied while manganese is low. The reaction of the soil is slightly acidic at 6.5 on the pH scale and qualitative lime is favorably absent. This is ideal for a broad range of plants and no soil pH adjustment would be necessary. Salinity (ECe) is slightly elevated at 3.6 dS/m and is due primarily to elevated levels of soluble calcium and sulfate, indicating an abundance of gypsum. Two or three thorough irrigations should be applied to flush excess salts out of the root zone prior to planting. The texture of the'#1' and'#2'soils is similar. The'#1' sample was analyzed for particle size distribution and the texture was found to be sandy loam. This is the same as the texture of the soils analyzed in 2008 and typical for all areas at this site with the exception of the problem slope areas. The estimated water infiltration rate is a favorable 0.35 inches per hour. The actual rate of water infiltration may vary depending on the degree of soil compaction. '#2' Location Salinity, SAR and boron values are safely low. Nitrogen, phosphorus and potassium are low while calcium and magnesium are sufficient. Copper, zinc and iron are at good levels for plant nutrition while manganese is below optimum. The reaction of the soil is slightly acidic and no soil pH adjustment is recommended. The chemistry and texture of the soil represented by this sample is suitable for a broad range of plants including general ornamentals and California natives. #3' Location On the portions of the slope where plant growth is good, the active root zone of the plants consists entirely of the sandy material seen in the photograph below. ® Soil�Peant La6oratory,Inc Leaden in Sail & Plant Testing Since 1946 vmrw.soilandplantlaboratory com Page 3 EPT Design February 23, 2010 #3' Location Continued In areas where plants have failed to become established, the soil is comprised of a 2 to 4 inch layer of sandy soil on top of a much heavier soil layer. In the photograph above, note the yellow color of the soil, which indicates the presence of sulfur. This heavier material was collected for chemical and particle size analysis. Salinity is elevated at 8.1 dS/m which, on its own, could have a significant negative effect on the establishment and growth of a broad range of plants. The reaction of the soil is very strongly acidic at 3.4 on the pH scale, which is likely to be a major contributing factor in the failure of plants to become established on this slope. The texture of that soil is silt loam with silt comprising 53.8% of the sample by total dry weight. Water movement through this soil is likely to be severely restricted. This soil appears to be derived from the Capistrano formation, which is often characterized by the very acidic pH, high salinity, high sulfates and often times elevated boron. However, boron is not elevated in this sample. The primary concerns for the slope are the elevated salinity, low pH and poor drainage characteristics. All of these factors combine to create a very difficult situation to correct, especially on a slope where incorporating amendments is usually not practical. For instance, leaching irrigations are often prescribed to lower the level of soluble salts in the root zone. Since this soil is heavy in texture and is located on a slope, leaching this area to reduce salinity will be difficult. Since little can be done to improve these conditions, proper plant selection will be important. Often times Acacia redolens is planted in these difficult soils; however, under these conditions even the Acacia may struggle. 50i (es.- Plant La%oratory, Inc Leaders in Soil 8 Plant Testing Since 1946 wvrvta nimciplantlaboratory com Page 4 EPT Design February 23, 2010 #3' Location Continued To increase the pH for planting, we recommend uniformly blending 10 lbs. calcium carbonate limestone flour per cubic yard of backfill soil. Dolomite lime should not be used. This will help increase the pH of the soil surrounding the rootball. The irrigations should be very thorough, but somewhat infrequent to encourage the downward movement of excess salts. A drip irrigation system is often times used to provide deep irrigations. Also consider the fact that the entire slope does not appear to be comprised of soil derived from the Capistrano formation. It may be possible to remove the poor soil and expose soil with more favorable chemical and physical characteristics. Comments The primary concerns discovered in these analyses are the poor chemical and drainage characteristics of the soil in problem areas on the slope. Of the plants on the provided list, the types that would be most likely to have some chance of success in the problem areas, as they exist, would be the Baccharis and Myoporum. As noted above, Acacia redolens may be a third option. However, even those plants would be expected to struggle. Another option may be to remove and replace the soil with a suitable import top soil to an appropriate depth. With the exception of the slightly elevated salinity in the'#1'sample, soil chemistry is favorable for all of the plants on the provided list. As long as two or three thorough irrigations are applied prior to planting, the salinity level in the `#1' sample would not be likely to cause a problem for any of the plants on the provided lists. Keep in mind that recent rains may have flushed salts out of the root zone in that area and salinity may have initially been higher. If we move back into drought conditions and irrigations are not sufficient to provide a modest leaching fraction, then salinity in the root zone may increase over time. This is particularly true if re-claimed water is used at this site. Under that scenario, some of the more salt sensitive species on the list may show some tip burning of older foliage. The plants on the list most likely to show those symptoms include Coprosma spp., Cistus sop., Heuchera sanguinea and Verbena lilacina. It is our understanding that grading will continue in all three of the areas that were tested. Planting recommendations should be made based on analyses of the soils at this site after grading is complete. If we can be of any further assistance, please feel free to contact us Jason Gihring Emailed: dsullivan(o)dptdesign.com EPT Design Sol I & Plant La% oratory, Inc. Laadan in Soil 8 Narn Tnfine Si. 1946 9821 Irvine Center Dr.`j' 4741EHunterAw SuiteA Anaheim,CA92607 714282.8777(phone) 714-M28575(fsx) Irvine CA 92618 w .sdandplandahrnatorywm SOIL FERTILITY AND MICRONUTRIENT ANALYSIS Project: Sunset Ridge- Newport Page 1 of 1 Report No: 10.041-0007 Purchase Order: Date Printed : 02/22/2010 Date Reed: 02/10/2010 %Clay = 10.6% %Sand = 79.7 V. %Silt = 9.6% Soil Classification = Sandy Loam Coarse Gravel (5-12mm) = 3.2% Coarse Sand (0.5-1 mm) = 21.2% Fine Gravel (25mm) = 2.6% Very Coarse Sand (1-2mm) = 3.6% #2 Hall pH NO3-N NHpN PO4-P K Ca Mg cu Zn Mn Fe Saturation Extract 1 3.7 1 3.2 Sample Description - Sample Id- Plant Name % a -u. ppm ppm ppm ppm ppm ppm ppm ppm ppm ppm B SO4 Na Hm.q/L ppm meq/L meq/L K CI ECO Sufficiency meq/Lmeq/L d3/m Factor ISna) pM% Lah Nc TEC qua]. Lima Sufficiency Factor #1 14 1 6.5 5 11 16 53 1971 210 0.4 2.5 2 31 0.23 57.7 1 12.9 59.1 1.4 3.6 01540 99 None 0.6 1.0 0.6 1.6 1.3 0.4 0.7 0.3 0.9 0.8 19.2 (2:09) 17.2 %Clay = 10.6% %Sand = 79.7 V. %Silt = 9.6% Soil Classification = Sandy Loam Coarse Gravel (5-12mm) = 3.2% Coarse Sand (0.5-1 mm) = 21.2% Fine Gravel (25mm) = 2.6% Very Coarse Sand (1-2mm) = 3.6% #2 1 17 1 6.7 1 2 1 3 1 11 1 50 1 615 118 0.2 1.8 1 1 1 12 11 0.14 1 3.7 1 3.2 0.6 7.1 57.7 0.5 8.1 01541 39 1 None 1 0.1 1 0:5 1 0:6 1 0.9 1.3 0.4 0.9 1 0-3 1 0.6 0.5 1.2 (1.49) 2.0 #3 22 1 3.4 1 4 1 79 1 73 1 26 4757 443 1 1.2 5.7 14 255 0.79 110.0 36.2 3.3 57.7 8.1 01542 269 1 None 1.9 2.8 1 0.1 1 1.4 1.0 1 0.4 1 0.5 1 0.6 1 2.5 2.6 36.7 (4.97) 48.6 Sufficiency factor (1.0=sufficient for average crop) below each nutrient value. N factor based on 200 ppm constant feed. The value below sodium (Na) result is the SAR = Sodium adsorption ratio. Half Saturation %=approx field moisture capacity. Major elements, Nitrogen(N), Potassium(K), Calcium(Ca) and Magnesium(Mg) by sodium chloride extraction. Phosphorus(P) by sodium bicarbonate extraction. Copper(Cu), Zinc(Zn), Manganese(Mn) & Iron(Fe) by DTPA extraction. TEC(listed below Half Sat.) = Est.Total Exchangeable Cations (meq/kg). 'LOW. SUFFICIENT, HIGH Page 2 of 2 Page 1 of 1 EPT Design ��//��jj 9821 Irvine Center Dr. �Yr1 Soi & Plant Laboratory, Inc e Irvine CA 92618 Leaders in Soil & Plant Testing Since 1946 4741 E. Hunter Ave, Suite A Anaheim, CA 92807 714-2828777 (phone) 714-282-8575 (fax) www.soilandplandaboratory.com Project: Sunset Ridge- Newport Report No : 10441-0007 Purchase Order: SOIL APPRAISAL ANALYSIS Date Printed: 02/22/2010 Date Reed: 2/10/2010 Sample Description Half Sat pH :Ce Organic Matter SAR Sand Gravel % Percent of Sample Passing 2mr002'el) en USDA Soil Lab No. Sample ID % S.U. dS/m y, Coarse Fine Very Coarse Coarse Med. to Very FinetS t Clay Classification 5-12 2-5 1-2 0.5-1 0.05-0.5 1 0 1 1.4 3.4 26.7 0-.002 Slope 53.8 1 14.6 Silt Loam 01543 Half Saturation %= approximate field moisture capacity. Salinity, saturation extract = ECe (dS/m at 25 degree C). Gravel fraction expressed as percent by weight of oven -dried sample passing a 12mm (1/2 inch) sieve. Particle sizes in millimeters. Page 1 of 2 10V - �a Irt Shrubs Genus /Species Common Name Evrgrn / Decid Height Spread Flwr Color WUCOLS Buffer Zone Arctostaphylos d. 'Howard McMinn' Manzanita Evergreen 5'-6' N-6 Lt. Pink L Bacchoris pilularis'Pigeon Point' Coyote Brush Evergreen 2'-3' 4'-6' Cream White L Ceanothus 'Concha' Ceanothus Evergreen 5'-7' 6'-10' Dk. Blue L Ceanothus g.h.'Yonkee Point' Ceanothus Evergreen 2'-3' 8'-10' Pale Blue L Cistus hybridus White Rockrose Evergreen 3'-5' 6'-8' White L Cistus purpurea Orchid Rockrose Evergreen 3'-4' 3'-4' Purple L Coprosma'VerdeVista' N.C.N. Evergreen 2'-3' 6'-8' N/A M Echium fastuosum Pride of Madeira Evergreen 4'-6' 4'-6' Purple L Eleagnus pungens Silverbery Evergreen 6'-15' 6'-10' N/A L Heteromeles arbutifoia Toyon Evergreen 12'-18' 12'-18' White L Lantana montevidensis Lantana Evergreen 12"-18" 5'-10' White L Lovatera bicolor Tree Mallow Evergreen 6'-8' 8'-12' White/Purple L Lovendula angustifolia'Sharon Roberts' English Lavender Evergreen 2' 2' Purple L Leptospermum levigatum Australian Tea Tree Evergreen 10'-20' 10-20' White L Lonicera japonica'Halliana' Japanese Honeysuckle Evergreen l'-2' 5-10' White/Yellow L Melaleuca nesophila Pink Melaleuca Evergreen 10'-15' 15'-20 Pink L Myoporum'Pacificum' NCN Evergreen 2'-3' 15'-20' Whtie L Myoporum parvifolium NCN Evergreen 6"-811- 10'-12' White L Opunito littoralis Coastal Pricklypear Evergreen 2'-6' 4'-12' Yellow VL Rhamnus alaternus Italian Buckthorn Evergreen 12'-15' 12'-115 N/A L Rhapheolepis indica 'Clara' Inda Hawthorn Evergreen 3'-5' 3'-5' White M Rhus integrifolia Lemonade Berry Evergreen 6'-15' 6-15' White VL Ribes viburnifolium Island Gooseberry Evergreen 2'-3' 4'-5 Red L Rosa basksiae'Alba Plena' Banksia Rose Evergreen 3'-6' 15'-20 White M Rosmarinus officinalis'Ken Taylor' Rosemary Evergreen 18"-24" 416' Purple L Salvia 'Allen Chickering' Allen Chickering Sage Evergreen 3'-4' 3'-4' Purple L Salvia clevelandii Cleveland Sage Evergreen 4' 4'-5' Purple VL Salvia leucantha Mexican Bush Sage Evergreen 3'-5' 3'-5' Purple L Salvia somomensis'Dara's Choice' Dora's Chjoice sage Evergreen 2'-3' 3'-4' Lt. Purple L Simmondisa chinensis Jojoba Evergreen 8'-10' 10'-12' N/A VL Vitis girdiana Desert Wild Grape Deciduous L Westringia fruticosa Coast Rosemary Evergreen 5'-7' 6'-12 Light Purple L Ornamental Zone Artemisic 'Powis Castle' Sagebrush Evergreen 2'-3' 3'-4' N/A L Baccharis pilularis 'Pigeon Point' Coyote Brush Evergreen 2'-3' 4'-6' Cream White L Cistus hybridus White Rockrose Evergreen 3'-5' 6'-8' White L Cistus purpurea Orchid Rockrose Evergreen 3'-4' 31-4' Purple Coprosma 'Verde Vista' N.C.N. Evergreen 2'-3' 6'-8' N/A Eleagnus pungens Silverberry Evergreen 6'-15' 6'-10' N/A Fremontodendron 'Ken Taylor Flannel Bush Evergreen 3'-4' 64 Yellow Heteromeles arbutifoia Toyon Evergreen 12'-18' 12'-18' White Lantana montevidensis Lantana Evergreen 12"-18" 5'-10' White Lonicera japonica'Halliana' Japanese Honeysuckle Evergreen 1'-2' S'-10' White/Yellow Melaleuca nesophila Pink Melaleuca Evergreen 10'-15' 15'-20 Pink Myoporum'Pacificum' NCN Evergreen 2'-3' 15'-20' Whtie Myoporum parvifolium NCN Evergreen 6"-8"- 10'-12' White Rhapheolepis indica 'Clara' Inda Hawthorn Evergreen 3'-5' 3'-5' White Rosmarinus officinalis 'Ken Taylor' Rosemary Evergreen 18"-24" 4'6' Purple Salvia clevelandii Cleveland Sage Evergreen 4' 4'-5' Purple Salvia leucantha Mexican Bush Sage Evergreen 3'-5' 3'-5' Purple Salvia somomensis'Dara's Choice' Dora's Chjoice sage Evergreen 2'-3' 314 Lt. Purple Vitis girdiana Desert Wild Grape Deciduous Westringia fruticosa Coast Rosemary Evergreen 5'-7 6-12 Light Purple Slope Zone Arctostaphylos d. 'Howard McMinn' Manzonita Evergreen 5'-6' 5'-6' Lt. Pink Coprosma 'Verde Vista' N.C.N. Evergreen 2'-3' 6'-8' N/A Echium fastuosum Pride of Madeira Evergreen 4'-6' 4'-6' Purple Eleagnus pungens Silverberry Evergreen 6'-15' 6'-10' N/A Heteromeles arbutifoia Toyon Evergreen 12'-18' 12'-18' White Lantana montevidensis Lantana Evergreen 12"-18" 5'-10' White Lavatera bicolor Tree Mallow Evergreen 6'-8' 8'-12' White/Purple Lavendula angustifolia 'Sharon Roberts' English Lavender Evergreen 2' 2' Purple Leptospermum levigatum Australian Tea Tree Evergreen 10'-20' 10-20' White Opunito littoralis Coastal Pricklypear Evergreen 2'-6' 4'-12' Yellow Rhamnus alatemus Italian Buckthorn Evergreen 12'-15' 12'-115 N/A Rhus integrifolia Lemonade Berry Evergreen 6'-15' 6-15' White Rosa basksiae 'Alba Plena' Banksia Rose Evergreen 3'-6' 15'-20 White Simmondisa chinensis Jojoba Evergreen 8'-10' 10'-12' N/A Westringia fruticosa Coast Rosemary Evergreen N-7' 6'-12 Light Purple Water Zone Artemisia 'Powis Castle' Sagebrush Evergreen 2'-3' 3'-4' N/A Cistus hybridus White Rockrose Evergreen 3'-5' 6'-8' White Cistus purpurea Orchid Rockrose Evergreen 3'-4' 3'-4' Purple Heteromeles arbutifoia Toyon Evergreen 12'-18' 12'-18' White Lavendula angustifolia'Sharon Roberts' English Lavender Evergreen 2' 2' Purple L M L VL L L M L VL M L L L L VL L VL M VL Melaleuca nesophila Pink Melaleuca Evergreen 10'-15' 15'-20 Pink Myoporum parvifolium NCN Evergreen 6"-8"- 10'-12' White Habitat Expansion Zone Arctostaphylos d. 'Howard McMinn' Manzanito Evergreen 5'-6' 5'-6' Lt. Pink Ceanothus 'Concha' Ceanothus Evergreen 5-7' 6'-10' Dk. Blue Ceanothus g.h.'Yonkee Point' Ceanothus Evergreen 2'-3' 8'-10' Pale Blue Encelia californica California Encelia Evergreen 3'-5' 3'-5' Yellow Eriogonum fasciculatum Common Buckwheat Evergreen 2'-3' 2'-3' White Eriogonum giganteum St. Catherine's Lace Evergreen 5'-8' 6-10' White Opunito littoralis Coastal Pricklypear Evergreen 2'-6' 4'-12' Yellow Rhamnus californica California Coffeeberry Evergreen 8'-10' 8'-10' N/A Ribes viburnifolium Island Gooseberry Evergreen 2'-3' 4'-5 Red Solvia'Allen Chickering' Allen Chickering Sage Evergreen 3'-4' 3'-4' Purple Salvia clevelandii Cleveland Sage Evergreen 4' 4'-5' Purple Entrance Zone Baccharis pilularis 'Pigeon Point' Coyote Brush Evergreen 2'-3' 4'-6' Cream White CeanOthUS'Concha' Ceanothus Evergreen 5'-7' 6'-10' Dk. Blue Ceanothus 'Concha' Ceanothus Evergreen 5'-7' 6'-10' Dk. Blue Ceanothus g.h.'Yankee Point' Ceanothus Evergreen 2'-3' 8'-10' Pale Blue Ceanothus g.h.'Yonkee Point' Ceanothus Evergreen 2'-3' 8'-10' Pale Blue Encelia californica California Encelia Evergreen 3'-5' 3'-5' Yellow Eriogonum fasciculatum Common Buckwheat Evergreen 2'-3' 2'-3' White Eriogonum giganteum St. Catherine's Lace Evergreen 5'-8' 6'-10' White Fremontodendron 'Ken Taylor Flannel Bush Evergreen 3'-4' 6'-8' Yellow Lavendula angustifolia'Sharon Roberts' English Lavender Evergreen 2' 2' Purple Myoporum'Pacificum' NCN Evergreen 2'-3' 15'-20' Whtie Rhus integrifolia Lemonade Berry Evergreen 6'-15' 6'-15' White Salvia leucantha Mexican Bush Sage Evergreen 3'-5' 3'-5' Purple Salvia somomensis'Dara's Choice' Dora's Chjoice sage Evergreen 2'-3' 3'-4' Lt. Purple Salvia somomensis'Dara's Choice' Dora's Chjoice sage Evergreen 2'-3' 3'-4' Lt. Purple L L VL VL VL VL VL L L VL VL VL VL VL L L VL Genus /Species Common Name Evergr./Decid. Height Spread Flower Color Flr. Time Sun Host/Nectar WUCOLS Achilles millefolium 'Rosea' Common Yarrow Evergreen 18"-30" 12"-24" Lt. Purple April -May Full L Aloe arborescens Tree Aloe Red L Amorphia fruticosa False Indigo Purple May -June L Asclepias tuberosa Buttlerfly Weed Evergreen 3' 1' Orange M Baccharis solicifolia Mule Fat Evergreen 8'-10' 6'-8' Yellow April -June Full VL Echium candicans Pride of Madeira Evergreen Purple Full L Encelia californica Coast Sunflower Evergreen Yellow Full VL Eriogonum arborexcens Evergreen Eriogonum fasciculatum Common Buckwheat Evergreen 2'-3' 2'-3' White/Rust May -Nov Full Mostly Nectar, Host VL Heuchera songuinea Coral Bells Evergreen 8"-12" 6"-8" Red April -June Shade M Kniphofia Red Hot Poker L Lotus strigosus Deerweed Host L Lupinus Lupine Purple Host M Mimulus ssp. Monkey Flower Yellow, Orange Host L Penstemon Beard Tounge M Romneya coulteri Matilija Poppy Evergreen 4'-6' 2' + White May -July Full Nectar VL Salvia IeucX clevlandii 'Pozo Blue' Sage Purple -Blue Nectar L Salvia greggii Autumn Sage Evergreen 3'-4' 3'-4' Red/Fuscia June -Oct Full L Salvia Skylark' Skylark Sage Evergreen Sedum spathulifolium Stonecrop N/A Host L Sisyrinchium bellum Blue -Eyed Grass Evergreen 12"-18" 12" Blue Nectar L Trichostema lanatum Wooly Blue Curls Evergreen 2'-3' 3'-4' Purple Mar -June Full Nectar VL Shrubs Arbutus unedo'Compacta' Strawberry tree Evergreen 8'-12' 6'-10' White Aug -Nov Full Host (?) L Ceanothus 'Ray Hartman' Ceanothus Evergreen White -Pinkish Nectar L Buddleja davidii Buttefly Bush Deciduous 4'-8' 4'-8' Purple July -August Full M Ceanothus'Joyce Coulter' Wild Lilac Evergreen 18"-2' 6'-8' Purple March -May Full Host and Nectar L Dalea greggii Trailing Indigo Bush Purple Host L Heteromeles arbutifolia Toyon Purple/Blue L Isomeris arborea Bladderpod Yellow All Year Nectar L Lavandulaangustifolia'Hidcote' Lavender Purple L Lavatera assurgentiflora Tree Mallow Pinkish -Purple Host L Lonicera japonica'Holliana' Japanese Honeysuckle White/Yellow L Melaleuca nesophila Pink Melaleuca Evergreen 12'-15' 10'-16' Pink Most of year Full L Rhamnus californica Coffeeberry Host VL Rhus Sumac VL Ribes vibumifolium Island Gooseberry Host L Rosmarinus spp. Rosemary L Verbena lilocino Lilac Verbena Lavender June -Aug Host and Nectar L Trees Chitalpa tashekntensis'Morning Cloud' Chitalpa Deciduous 20'-25' 20'25' White Full L Quercus dumosa Coastal Scrub Oak Evergreen 6'-10' 6'-10' Incospicuous Full Host VL Vitex agnus-castis Chaste Tree Deciduous 8'-10' 8'-10' Lavender July -Oct Full L Ornamental Grasses Genus /Species Common Name Evr rn/Decid Height S ead Caamagrostis iosa Men icinoRe grass Evergreen 10" 15" 10" 15" Carex divulsa Berkeley Sedge Evergreen 12"-18" 12"-18" Carex ponso Sanddune sedge Evergreen 6"-8" 8"-12" Festuca ovina glauca 'Siskiyou Blue' Blue Fescue Evergreen 6"-10" 6"-10" Leymus condensatus'Canyon Prince' Giaqnt Wildrye Evergreen 2'-3' 2'-3' Muhlenbergia capillaris Pink mutely Evergreen 2'-3' 2'-3' Muhlenbergia rigens Deergrass Evergreen 2'-3' 2'-3' Nassella tenuissima Mexican Feather Grass Evergreen 18"-24" 18"-24" Pennisetum alopecuroides'Little Bunny' Fountain Grass Evergreen 18" 18" Flwr Color Sun Zone WUCOLS White w/Pink Lt. S a e Cream Yellow Full Full White Full White Full Full White Full White Full Appendix 1B (Horticultural Soils Report — Part 2) 50i ( ese Plant La%oratory, Inc Leaders in Soil 8 Plant Testing Since 1946 wvrvta nimciplantlaboratory com f� .u. t •u Orange office Lab No: 08-021-0015 Locations: January 31, 2008 EPT Design 352 Mathew St. 9821 Irvine Center Dr. Santa Clara, CA 95050 Irvine, CA 92618 (408) 727-0330 Attn: Carrie Rybczynski SUNSET RIDGE PARK— NEWPORT BEACH 1594 North Main St. Attached are the results of the analyses performed on 6 soil samples collected from the above Orange, CA 92867 mentioned project site by Soil and Plant Laboratory on January 21, 2008. These samples were (714) 282-8777 analyzed for nutrient levels and soil suitability in preparation for a new landscape installation. The `North East', 'North West' and'Center'samples were combined into a single composite sample for sieve analysis and textural classification. Individual sieve analysis and textural classification were PO Box 2699 performed on the'Slope - Bottom' and Slope - Top' samples. These analyses were performed in Oakhurst, CA 93644 preparation for the installation of turf and general landscape plants at a new park. Of particular (559) 642-3650 concern to the client are areas along slopes leading up to the mesa upon which few if any weeds are growing. Analytical Results'North East'. 'North West'. 'Center'.'Mesa'samoles: The reaction of the soil is in the preferred slightly acidic range in the'North East' and'North West' samples. The 'Center'sample is slightly alkaline in reaction at 7.2 on the pH scale. Qualitative lime is favorably absent in all three of those samples. This is suitable for a broad range of plants and no pH adjustment is recommended in those areas. The reaction of the `Mesa' sample is slightly alkaline, being measured at 7.5 on the pH scale and low qualitative lime buffers weakly against downward pH adjustments. It should be possible to adjust the pH downward in the root zone in that area by incorporating soil sulfur at the provided rate. Changes made to the pH are slow to happen and only affect the soil as deeply as it is incorporated. Plants sensitive to alkaline soil conditions should be avoided in the'Mesa' area. The salinity (ECe) is safely low in all four samples. Low and safe sodium adsorption ratio (SAR) values indicate that soluble sodium in all four areas is properly balanced by calcium and magnesium in regards to its effect on soil structure and drainage. Boron is safely low in all four samples. The'North East, 'North West' and 'Center' samples were combined into a single composite sample and the texture of the soil was determined according to USDA soil classification standards. The texture of the soil is sandy loam. The soil in the `Mesa' location was similar in tilth and texture to that of the lower areas. The average estimated water infiltration rate in these four areas is a favorable 0.35 inches per hour. This estimate may vary throughout the site based on the degree of compaction. Nitrogen is low in all four samples. Phosphorous is well supplied throughout. Potassium is slightly below optimum in the North East', 'North West' and 'Center' samples and low -optimum in the Mesa' sample. Calcium is slightly below optimum for plant nutritional purposes in the'North East' sample and well supplied elsewhere. Magnesium is at good levels in each of the four samples. Copper, zinc, manganese and iron are at good levels for plant nutrition in all four samples. f� .u. t •u 50i (es.- Plant La%oratory, Inc XWO Leaders in Soil 8 Plant Testing Since 1946 wvrvta nimciplantlaboratory com Page 2 EPT Design January 31, 2008 Analvtical Results for the'Sloce - Bottom' and 'Slone - Too' samoles. The reaction of the soil is slightly alkaline in both samples, being measured at 7.2 and 7.1 on the pH scale in the'Slope - Bottom' and'Slope -Top'samples respectively. Qualitative lime is low to none and buffers weekly against pH changes. The salinity (ECe) of the'Slope - Bottom'sample is safely low. The ECe is very high in the'Slope - Top' sample at 49.5 dS/m. The ECe measured in the'Slope - Top' sample is high enough that few plants will survive. Salinity in the'Slope -Top'sample is due largely to elevated sodium, which was measured at 401.0 millequivalents per liter (meq/1). High sodium in that sample is not properly balanced by calcium and magnesium, as indicated by the elevated SAR of 36. This imbalance is expected to have a significant effect on soil structure and drainage. The SAR of the'Slope - Bottom' samples is safely low. Boron is low and safe in the'Slope - Bottom'sample and is elevated at 1.03 parts per million (ppm) in the'Slope - Top' sample. Boron is high enough to cause a broad range of plants to show symptoms of boron toxicity including, but not limited to, poor growth performance as well as burning of foliage. The texture of the'Slope - Bottom'sample is loamy sand with an estimated water infiltration rate of 0.45 inches per hour. The'Slope - Top' was found to be a silty clay loam with approximately 83% of the mineral fraction being made up of silt and clay. The estimated water infiltration rate in that area is a slow 0.10 inches per hour. Nitrogen is low in both samples. Phosphorus and potassium are at good levels in the'Slope - Bottom' sample and low in the'Slope - Top' sample. Calcium is sufficient for plant nutrition in the 'Slope - Bottom'sample and low in the'Slope -Top'sample. Magnesium is optimum in the'Slope - Bottom'sample and ample in the'Slope-Top'sample. Copper is well supplied in the'Slope - Bottom'sample and low in the'Slope-Top'sample. Zinc is low in both samples. Manganese and iron are at good levels for plant nutrition in the'Slope - Bottom'sample and low in the'Slope - Top' sample. Comments and Observations It was noted at the time of sampling that most of the site was populated by weeds. There is a conspicuous swath of bare soil that basically runs along the top half of the slope leading up to the 'Mesa' area. The lower half of the slope supports an abundance of weeds and what appear to be plants left over from a previous landscape installation. Upon inspection, the soil at the top half of the slope was found to be of a much finer texture. Channels have been formed from water running down that section of the slope, suggesting that water runs off of the heaver soil rather than percolating through the soil profile. This heavier textured soil along the top half of the slope was sampled separately from the more coarsely textured soil lower on the slope. The soil in the'Slope - Top' sample is characterized as "saline sodic". Strategies for reclaiming saline sodic soils include the incorporation of gypsum followed by copious leaching. Unfortunately, it would not be feasible or safe to incorporate material on this steep slope. In order for leaching to be successful, water must be able to move through the soil profile rather than running off. Considering the fine texture of the soil in the'Slope - Top' area, along with the steep slope and elevated SAR, it is not likely that leaching will be possible. 50i (es.- Plant La%oratory, Inc Leaders in Soil 8 Plant Testing Since 1946 wvrvtsoilandplantlaboratory com Page 3 EPT Design January 31, 2008 Comments and Observations Continued It is likely that reclamation of the soil in the'Slope — Top' area will not be possible. You may choose to install plants tolerant of elevated boron and very high salinity such as hand planted Acacia redolens or Myoporum pacificum. However, even with optimum plant selection, success is expected to be limited. It was noted by the client that additional grading is likely to take place prior to the installation of plants at this park. You may wish to resample the area after final grading to determine nutrient levels and soil chemistry in the root zone at that time. However planting recommendations for all but the'Slope — Top' area are provided below, based on chemistry at the time of sampling. Since incorporation of materials is not likely be feasible or safe in the steeply sloped areas, no organic amendment is recommended for the'Slope - Bottom' location. Fertilizers in the'Slope - Bottom' area should be broadcast at the provided rate and followed by thorough irrigation. Recommendations Surface Soil Preparation for Turf. Groundcover and Mass Planting If feasible, prior to amending the areas where severe compaction exists, the surface soil should be ripped or tilled to a 9 -inch depth. Uniformly broadcast and blend the following with existing soil to a 6 - inch depth where feasible and safe. Amount per 1000 Materials sq.ft. Sample Location(s) Nitrogen fortified organic amendment 4 cu. yards • 'North East' (compost* or redwood or fir sawdust) • 'North West' 'Center' 'Mesa' Potassium nitrate (13-0-44) 10 lbs. • 'North East' • 'North West' • 'Center' 'Mesa' 'Slope - Bottom' Soil sulfur 10 lbs. 'Mesa' Gypsum 25 lbs. 'North East' *Rates and fertilizers may have to be adjusted depending on analysis of selected compost. 50i (es.- Plant La%oratory, Inc Leaders in Soil 8 Plant Testing Since 1946 wvrvta nimciplantlaboratory com Page 4 EPT Design January 31, 2008 Tree and Shrub Planting Guidelines 1. Excavate planting pits at least twice the diameter of the rootball. 2. The top of the rootball should be at or slightly above final grade. 3. Organic material is not required in the backfill; however if you wish, the amended surface soil or a soil blend consisting of no more than 10% by volume organic matter can be placed in the upper 12 inches of backfill only. Soil below this depth should not contain any added organic matter because of the threat of plant disease and/or anaerobic soil conditions developing. 4. Place slow release fertilizer tablets in the upper 12 inches of backfill at manufacturer's recommended rates. If fertilizer amended soil is used as a backfill the addition of slow release fertilizer tablets is not necessary. 5. Do not cover the original rootball with other soil. Ideally, a temporary soil berm is often constructed around the outer edge of the rootball to help channel water into the rootball and then into surrounding soil until roots are established in the backfill and the rootball is no longer the sole source of water for the plant. 6. Ideally, a weed and turf free zone, preferably 2-3 ft. in diameter, should be maintained just beyond the diameter of the planting hole. A 2-4 inch deep layer of coarse mulch can be placed around the tree or shrub; mulch should be kept a minimum 4-6 inches from the trunk. Maintenance Fertilization For turf, groundcover and mass planting areas, uniformly broadcast sulfur coated urea at the rate of 5 lbs. per 1000 sq. ft. The first application should occur approximately 45 days after planting, with repeat applications every 60-90 days or as growth and color dictate. In early fall and spring, substitute a complete fertilizer such as 16-6-8, or equal, for the sulfur coated urea at the rate of 6 lbs. per 1000 sq. ft. to ensure continuing supplies of phosphorus and potassium. Tree and shrub plantings can be maintained with the above fertilizers; however, the frequency between applications should be every 120 days, with the first application 90 days after planting. Follow each fertilization with a thorough irrigation. When plants have become well established, fertilizer applications can be less frequent. If we can be of any further assistance, please feel free to contact us. Jason Gihring Email: crybczynski0eptdesign.com O H i M M M M v 7 i w O y m H w I o x N 10 A 0 O C O O H N N vv 0— O H z N `1v m ~ U1 w r �a7 H o V N d• EH H m a N U m m o w T o" '�I c7 C) m v Id u •• N by w a ao 14 � O O H O 3 0 �a 0 3 uo U 0 i O m z c E N ti V u a) O V b M O o rl .N v V � U N N di a O N 0 N N m M m u� 01 rro 4 a a u ro m v N (d P4 aEZ4J w a m I Izz I I a ro I u . m o Z z I I rd u I -- — N V 0 ro o .0i+J4J m M M ro N N W r %.0 w C U r z r a N Ul W Z U V m X A v m WN O ro ) W w r N H to N E N w t01 U N a 0 H a N U O N a a U1 O U1 .i N Ul b�pNc`J awe Nti V E G m it 0A o N H N H 0 ro ro W m x m F tNo N F win mw wrn > N m m E N am u s m a 0 0 Ho W rn H inti M M M M N N N N O N .H ?� o x N 10 A O O O O N vv 0— a.-. N m ~ U1 w r m N V N d• N m W A " m m m m v o w a E m N c7 Id u •• w a ao 14 � O O O o 0 0 0 0 uo v z a 0 m z c E V u a) O V o rl .N v V � U N N di O N 0 v'0 N m M m u� 01 N O O ro N m v N N aEZ4J w a a ro V v u . m o rd m q m 0 N V N ro o .0i+J4J m M M C N N W r %.0 w Z w Z r z r a Z Z U A v m WN O ro ) W w r U E ld N w t01 N r N m a N U vavro.� M t+1 U1 O U1 .i N .-1 ro a O ro Nti V E G m it 0A o N Id N tNo N F win mw wrn Nr $ U V m m W 0 0 Ho m,y inti No V •A w 0 0 0 0 U x mU HU 0 m N N E 11 in in .+v Nm min w uz a_ 0 0 0 o z 0 0 0 0 b E o +� m a N 0 rnm Nw �r �m .a -.w 0Aw O O O O N or m H >xvwm" inw min mw Min V • 0 - H ro 0 0 0 0 o N 0 NV .p u ro 0 v Nw NU1 .gym rl ut W 0 �FaA O O O O G v m N b 0a -o v mo mm rm wrn U V v W N ori o0 00 0o W 24 r O W 0 o v a H w Nul mm 01 O� NM H ro m V F rl m M m N U a W 4J o or mm mo rm 0410--%-.I m M • m • m . O O U1 V r o O H H w o m H 0 01 m V I' N b m0 X H r rn w H r N m ro O N r r w w 54 M o o o o D N E u a ro w E A O m N N N N O N .H ?� N 10 A ro o vv 0— a.-. N m M U1 N a U >r W N m W A " U N 0 N m N U1 .i N O 14 � O O O o W .. JM H M m z c E o rl .N N N di v'0 N m M m u� 01 N O O ro N N N N N O N W E N V v rd m q m 0 N[ m m 0 o c o O o o v w Z w Z r z r a N V ro A v m WN w o w r U E ld N w N m N r N m a N U Nti V E G N Id N tNo b > N m m m m W 0 0 0 0 x mU HU 0 m 0 E m U 0 .J m G b O u i V O N N a QI w H Q) \ H a rd m p ro I NZ .] QI o u 1 X A a o N G N N o Q J G N rn a M °Hw w u 21.E w N w v u H u v 04 �•a a v u .Hi rn a m n" G N N O .i 4) ri r. u 7 o a m H W p D ro G V U u m N u O A U N mo vOi U O b+ U o wi a Q v"i 5 W b N .+ ro N m m v _^-- V u o ti b C W m N U U S iJ � N N II Q N N M y G o aJ H c paW N aJ G gg H E Pi I ~ 17 w N Uro] H N >o a�rn N Nb vH v u .Gi m G Hro n a 0. W W mN N roa o o uti\l ro U ~pE, N u >r NN m 7 H N Q ro H M N ro a r — fi b m G N v N i u a) v wN w w 1 go w w N N N Q CQI N ~ N O N U E w --- .i O m u� °ux u o am u U ro 3 w p N m T A d 0 U N 9 N m a +J v ro X14= bN� 7 N M m ro (o W H 41 BNiF pN i W N a m u m a a rd W m H O x N C 0 0 N N C N �P tD m m C C 0 0 M N corn v z 00 ib h V O N Wm,% q W z O H b H V 41 SII Z M cNp N O O .4 m (7 0 1 W H O LG N o v m `w 0 o 2" W Nz G .H O N ro 0 A ,H Gb GU 0m o v ° w ucOv .. a .H Hl 11 4J .AH b 0 al V 0 0 Pa E N N G 00 H 914 Nl W ao b N W H b, 0 1 1 o x x G v O 04 0 0 W N v 0 .c" U v 0 a 41 1) z °' C m ro G .Oi m HH m 0 N F W O H N Ci 0.3m NAAN ra —N o d E U f ro r H N A^ ro W rad' 11 z M N V 'O H v a a W N OH y N \y a O O`" I C z N g m D O H — N W N W NO NO v L) a) • N ro uN N N C 7 C O U I O O O O' N O '\V H a I 4J N N 0 y GUail . I• U U o m 3 N P.0 7 a% 3 WO H I U m 0 0 0 0 m HH z N f4 U N N N tp o O 0 m V pE$ H r H M rn N N G v fu F O Hl £ H H rnM 3 GA.H N 1 +J G M o a Aza Oa' (d a HHro"rox •'w""� b ro N rn H C A z H 3 N N m U G U o o A O .H £>o H O 3 WH m N N vl N$ vO N N al O v W m ro 0 r.H r ra N O V N$4 0 b� U a UO F M P,Av N UN r m m N 'raj u W u N N rEl a fl rl 14 '.J U u 1 v HN $4 W o 0 0 a ->U a 0 7�0F N— N N G N to z H 0 z 0 4 N W N N H v Ea rr > G ro W 0 0 u NH o m ti b G� Uu' trai z z W N N E o in 0 w V 0 U 11 u ..H — - -- n o 0 O wN 0 O v C N N V m u v axn z d^ N \ .H v N e .H 3 0 v bt a m m ro E • O O r, .H 0 o ro G .H a s ..H r z r .7 U G >H .,H .H V 01.4 W v U N .OH .OH N N rn b U N M M UI w\ T G Ga How U m N H+ac U N G O Gl b M 0 v W H v M N G 0 E 0 a .N w N H N M ro M 1p1, H H m O A G a N 0 O N E N > 9 r M v C W N N N iC Pk m N m a o 0 O ro T'0 m a W rn H m x A ro N C 0 0 N N C N �P tD m m C C 0 0 Appendix 1C (Horticultural Soils Report — Part 3) ® Soil CS. -Plant Laboratory, Inc Leodm in Soil 8 Mam Tensing Since 19d6 �.soilandplantlab mWcom Anaheim office Lab No: 13-303-0100 October 30, 2013 EPT Design 9821 Irvine Ctr. Dr. Irvine, CA 92618 Attn: Jennifer Bushong SUNSET RIDGE — PLANT LIST EVALUATION Two site visits were paid to the Sunset Ridge Park project site in Newport Beach by the undersigned to collect soil samples, conduct analyses on those samples and provide written evaluations of the results along with planting recommendations. Those visits occurred in 2008 and 2010. Of particular concern were sloped areas along the south side of the property where few plants have become established. The results of those analyses and discussion of the findings can be reviewed in report #08-021-0015 dated January 31, 2008 and report #10-041-0007 dated February 23, 2010. Since the completion of those reports, the proposed plant pallet for this project has been modified. A list of the planned plant material was provided to us by the client for review. Also provide was a hydroseed fertilizer specification for review. Both the new plant list and those hydroseed specifications are attached here for reference. Comments This project includes large turf grass areas in what were referred to as the'North East','North West', 'Center', and 'Mesa' areas. For turf areas where the grade will remain unchanged from the time that samples were collected in 2008, planting recommendations remain unchanged from report #08-021-0015. Those recommendations include application of nitrogen and potassium in the form of potassium nitrate (13-0-44). Since then, that fertilizer has been available sporadically. If need be, ammonium sulfate (21-0-0) at 7 lbs. per 1000 sq. ft. and potassium sulfate (0-0- 50) at 10 lbs. per 1000 sq. ft. could be substituted for the potassium nitrate. In turf areas where grading has occurred or an import soil will make up the root zone, planting recommendations should be based on analysis of the soil after grading is complete and/or an analysis of the chosen import soil, depending on the situation. Aside from the turf grass areas, the plant pallet has been switched primarily to California native species. A number of species were noted on the attached sheet as non -natives, those being Leymus condensuatus, Mimulus aurantiacus, Bacchar/s sal/c/folia, Rapheolepis indica, Rosmarinus officinalis, and Muhlenberg/a capillar/s. To our understanding Leymus condensuatus, Mimulus aurantiacus and Baccharis salicifolia are California natives and are typically treated as such in the landscape, which would be appropriate in this case. The Rapheolepis indica, Rosmarinus otficinalis, and Muhlenbergia capillaris are non-native species with different requirements and can be planted according to the recommendations provided in the 2008 report #08-021-0015. In regards to planting of California native plants in all but the slope along the south side of the property, (not including hydroseeding) those types are often installed without the use of fertilizers and amendments, since they are well adapted to low fertility soils. However, if you wish to improve the nitrogen availability prior to planting, a slow release form of nitrogen can be broadcast over the area of concern and incorporated into the upper 6 inches of existing soil. A slow release nitrogen source such as Nitroform (38-0-0,27%, WIN) would be a good option at the rate of 10 lbs. per 1000 sq. ft. You may wish to consider incorporating soil sulfur in the Mesa area at a rate of 10 lbs. per 1000 sq. ft. to a depth of 6 inches to lower the soil pH and make nutrients more available. This would be especially helpful where the Mitis californica will be installed since they are sensitive to alkaline soil conditions. 4741 E. Hunter Ave., Suite A 1101 S. Winchester Blvd., Suite G-173 Anaheim, CA 92807 San Jose, CA 95128 P/714.282.8777 F/714.282.8575 www.LmpCom.com P/408.727.0330 F/408.727.5125 ® Soil CS. -Plant Laboratory, Inc bod— in Soil 8 Mam Tensing Since 19d6 �.soilandplantlab mWcom Page 2 EPT Design October 30, 2013 For areas in which California natives will be hydroseeded, no additional fertilizers are required in the hydroseed mix. However, if you would like to provide some nitrogen for the establishment period, a slow release nitrogen fertilizer can be added to the hydroseed mix. A good option may be Nitroform (38-0-0 / 27% WIN) at the rate of 400 lbs. per acre. It is not recommended that soil sulfur be placed in the hydroseed slurry. Soil sulfur will only affect the pH of the soil as deeply as it is incorporated and applying sulfur to the surface will provide little, if any, benefit. Tri -C fertilizer was mentioned as part of the hydroseed slurry. If you wish to use that material in place of another slow release nitrogen source, their 6-2-4 product can be included in the hydroseed slurry at the given rate of 9 lbs. per 1000 sq. ft., which is roughly equal to 400 lbs. per acre. Mention was made in the specification of also applying a "Commercial fertilizer (0-36-0) plus 19% 'popcorn' sulfur". However native plants prefer low fertility soils, especially in regards to phosphorous. Consider this in light of the fad that phosphorous was already found to be well above full sufficiency for California natives previously and is likely still at abundant levels since phosphorous is very slow to leach from the soil. That is particularly true in low rain fall years, such as we have been experiencing. For that reason, and the issue of sulfur application discussed above, the recommended commercial phosphorous fertilizer is not recommended for the native hydroseed areas. In regards to the slope along the south side of the property, that soil is comprised largely of soil from the Capistrano formation. The texture is heavy and drainage will be impeded and previous testing shows saline conditions ranging from 8.1 dS/m to 49.5 dS/m, along with very strongly acidic soil reaction. Few plants, including those on the provided list, would be expected to tolerate those conditions to any degree. The Capistrano formation is a classic "problem soil" and presents special challenges with few viable options. The recommendations for that slope remain unchanged from the two previous reports. Summary Taking into account the comments above, the previous reports, the planned plant material, availability of fertilizers and the hydroseed specifications that were provided by the client, updated planting recommendations are provided below. A discussion is also provided concerning the future of the south slope area along PCH and Superior. On a side note, it was learned that two feet of soil will be removed from the slopes at the south edge of the property along Superior and Pacific Coast Highway. The nature of the soil at that depth is not yet known. If testing after two feet of soil has been removed shows a favorable growing medium for plants, planting recommendations will be provided. If the removal of that soil reveals more the Capistrano formation, consider removing another two feet of soil and replacing it with two feet of a suitable import topsoil. Since, in that case, drainage would likely be poor below the two foot level, consider installing drain lines at the interface of the import soil and the native Capistrano material. It may make sense to allow this to daylight into a bioswale at the bottom of the slope. In either case, planting recommendations for the slope should be based on an analysis of the material that is left after the cut or a chosen import material. 4741 E. Hunter Ave., Suite A 1101 S. Winchester Blvd., Suite G-173 Anaheim, CA 92807 San Jose, CA 95128 P/714.282.8777 F/714.282.8575 www.LmpCom.com P/408.727.0330 F/408.727.5125 ® Soil CS. -Plant Laboratory, Inc bpd— in Soil 8 Mam Tensing Since 19d6 �.soilandplantlab mWcom Page 3 EPT Design October 30, 2013 Surface Soil Preparation for non-native Groundcover. Mass Planting Areas. and Turf If feasible, prior to amending the areas where severe compaction exists, the surface soil should be ripped or tilled to a 9 - inch depth. Uniformly broadcast and blend the following with existing soil to a 6 -inch depth. Amount per 1000 Materials sq.ft. Sample Location(s) Nitrogen fortified organic amendment (compost* or redwood or fir sawdust) Soil sulfur Gypsum Potassium nitrate (13-0-44) 4 cu. yards All locations 10 lbs. Mesa' 25 lbs. 'North East' 10 lbs. All locations *Rates and fertilizers may have to be adjusted depending on analysis of selected compost. Shrub Planting Guidelines for Non -Native species 1. Excavate planting pits at least twice the diameter of the rootball. 2. The top of the rootball should be at or slightly above final grade. 3. Organic material is not required in the backfill; however if you wish, the amended surface soil or a soil blend consisting of no more than 20% by volume organic matter can be placed in the upper 12 inches of backfill only. Soil below this depth should not contain any added organic matter because of the threat of plant disease and/or anaerobic soil conditions developing. 4. Place slow release fertilizer tablets in the upper 12 inches of backfill at manufacturer's recommended rates. If fertilizer amended soil is used as a backfill the addition of slow release fertilizer tablets is not necessary. 5. Do not cover the original rootball with other soil. Ideally, a temporary soil berm is often constructed around the outer edge of the rootball to help channel water into the rootball and then into surrounding soil until roots are established in the backfill and the rootball is no longer the sole source of water for the plant. 6. Ideally, a weed and turf free zone, preferably 2-3 ft. in diameter, should be maintained just beyond the diameter of the planting hole. A 2-4 inch deep layer of coarse mulch can be placed around the tree or shrub; mulch should be kept a minimum 4-6 inches from the trunk. 4741 E. Hunter Ave., Suite A 1101 S. Winchester Blvd., Suite G-173 Anaheim, CA 92807 San Jose, CA 95128 P/714.282.8777 F/714.282.8575 www.LmpCom.com P/408.727.0330 F/408.727.5125 ® Soil CS. -Plant Laboratory, Inc bpd— in Soil 8 Mam Tensing Since 19d6 �.soilandplantlab mWcom Page 4 EPT Design October 30, 2013 Surface Soil Preparation for California native mass planting areas that will not receive hvdroseed If feasible, prior to amending the areas where severe compaction exists, the surface soil should be ripped or tilled to a 9 - inch depth. Uniformly broadcast and blend the following with existing soil to a 6 -inch depth. Amount per 1000 Materials sq.ft. Sample Location(s) Soil sulfur 10 lbs. Mesa' Gypsum 25 lbs. 'North East' Tri -C 6-2-4 9 lbs. All locations *Rates and fertilizers may have to be adjusted depending on analysis of selected compost. Tree & Shrub Planting Guidelines for California Native Plants 1. Excavate planting pits at least twice the diameter of the rootball. 2. The top of the rootball should be at or slightly above final grade. 3. Organic material is not required in the backfill; however if you wish, the amended surface soil or a soil blend consisting of no more than 10% by volume organic matter can be placed in the upper 12 inches of backfill only. Soil below this depth should not contain any added organic matter because of the threat of plant disease and/or anaerobic soil conditions developing. 4. Do not cover the original rootball with other soil. Ideally, a temporary soil berm is often constructed around the outer edge of the rootball to help channel water into the rootball and then into surrounding soil until roots are established in the backfill and the rootball is no longer the sole source of water for the plant. 5. Ideally, a weed and turf free zone, preferably 2-3 ft. in diameter, should be maintained just beyond the diameter of the planting hole. A 2-4 inch deep layer of coarse mulch can be placed around the tree or shrub; mulch should be kept a minimum 4-6 inches from the trunk. Hvdroseed Slurry for California Native Plants in All Areas Materials Amount per Acre Tri -C 6-2-4 Maintenance Fertilization for Non -Native plants 400 lbs. For turf, groundcover and mass planting areas, uniformly broadcast sulfur coated urea at the rate of 5 lbs. per 1000 sq. ft. The first application should occur approximately 45 days after planting, with repeat applications every 60-90 days or as growth and color dictate. In early fall and spring, substitute a complete fertilizer such as 16-6-8, or equal, for the sulfur coated urea at the rate of 6 lbs. per 1000 sq. ft. to ensure continuing supplies of phosphorus and potassium. Tree and shrub plantings can be maintained with the above fertilizers; however, the frequency between applications should be every 120 days, with the first application 90 days after planting. Follow each fertilization with a thorough irrigation. When plants have become well established, fertilizer applications can be less frequent. 4741 E. Hunter Ave., Suite A 1101 S. Winchester Blvd., Suite G-173 Anaheim, CA 92807 San Jose, CA 95128 P/714.282.8777 F/714.282.8575 www.LmpCom.com P/408.727.0330 F/408.727.5125 ® Soil CS. -Plant Laboratory, Inc bod— in Soil 8 Mam Tensing Since 19d6 �.soilandplantlab mWcom Page 5 EPT Design October 30, 2013 Maintenance Fertilization for California Native Plants Fertilizer applications can be based entirely on color and growth performance. When needed, native plants can be maintained by broadcasting sulfur coated urea at the rate of 2.5 lbs. per 1000 sq. ft. If we can be of any further assistance, please feel free to contact us. ]ason Gihring Emailed: jbushong@eptdesign.com 4741 E. Hunter Ave., Suite A 1101 S. Winchester Blvd., Suite G-173 Anaheim, CA 92807 San Jose, CA 95128 P/714.282.8777 F/714.282.8575 www.LmpCom.com P/408.727.0330 F/408.727.5125 1 R, � I.I I I.'� I.I.I Z 14�1 m -a w 1, 1 -9 La I I ]ME CY kk \§. 08 \§. LU V V . co m I R -a w 1, 1 -9 La I I ]ME EWA Ma RAW] ITA vqu LJ N N N N N:- N N N N N_,.. N N N N N c" N r LL LL - LL a LL LL -LL 8 LL a6 LL W3 LL ati � LL ' .4 LL LL as U. a'i LL .5 LL loa � LLc� ca 0 LL LL LLO U0 LL 'i W m� a m� m! d ®5 d m9 a m!3 d p�p m-9 -cc M d mJ a m� .� p�� mJ .t pOq mJ a ms a M9 d m� 4 m5 m� ®� 5 - G 1 p 8 (� W R LU �o �i4 DC7 �o �93 • to;Q. mad Uad ad g� Ca7{o �ccj ��I''.�N €�v_ ad �iTi Ora aqq o �t3 Od 0 (ad tics f�g0 �L� Do �W ��� iii � ing rM IQN `-.� EWA Ma RAW] ITA vqu A. Surface Soil Preparation: 5 cubic yards Type 1 organic soil amendment 70 lbs Tri -C 6-2-4+5%S 10 lbs Nitroform (38-0-0) 175 lbs _ Calcium_ carbonate limestone B. Backfill Mix for On -Grade Plant Pits: Eight (8) parts native Two (2) parts Type 1 One (1) Ib Nitroform i Six (6) lbs._Tn C 6-27 Best -Pak Planting'Ri Five (5) lbs finely gro 212-1.3 SEED: Addio:this_: SP 32 OF 189 soil, by volume soil amendment, by volume per cubic yard of mix per cubic yard mix h 10-5) (qty. per mfg/plant size) dum carbonate limestone per cubic yard mix Seed.mixes shall be as follows: -A. Residential Buffer-Hydrosped Areas: _ 45 lbs. -Wood cellulose fiber per 1000 square feet 9.1 lbs. - Residential Buffer Seed Mix per acre refer to planting legend on plans. --------.--.---Supplied-byS&S-Seelsi-Carpenteria,-CA,-Telephones-(805)-684-A436---.---------------- 9 lbs. - Tri -C per 1000 square feet 7 lbs. -Commercial fertilizer (0-36-0) plus 19%'popcorn' sulfur 4 lbs. - Ecology Controls M -Binder per 1000 square feet B. Expanded Native Coastal Sage Scrub Areas: 45 lbs. - Wood cellulose fiber per 1000 square feet 26.6 lbs. per acre - Expanded Native Coastal Sage Scrub Seed Mix per acre, refer to planting legend on plans. Supplied by; S&S Seeds, Carpenteria, CA. Telephone: (805) 684-0436 9 lbs. - Tri -C per 1000 square feet 7 lbs. - Commercial fertilizer (0-36-0) plus 19% 'popcorn' sulfur 4 lbs. - Ecology Controls M -Binder per 1000 square feet 212-1.5 HEADERS STAKES AND TIES 212-1.5.3 TREE STAKES: Revise this section to read "Tree stakes shall be made from Lodgepole Pine with ten (10) inch tapered driving point and chamfered top, treated with copper napthanate or pentachloraphenol to heartwood, green color, as manufactured by C&E Lumber Company of Pomona, CA. Telephone: (714) 626-3591, or accepted equal. 12 -foot length standard. Tree ties shall be "Cinch 32 (32 -inch) Cinch Tie" manufactured by Bishop Company, Whittier, CA. Telephone: 1-(800)-421-4833. Wire for guying 48 -inch box size trees shall be 2.64 mm (No.12 BWG) zinc -coated iron. Deadman stakes shall be 19 mm (%-inch)-diameter steel pipe 1m three (3) feet long. Covers for wire shall be garden hose, 13 mm (%2 -inch) -minimum diameter." Appendix 2 Mitigation Monitoring Reporting Program C O N S U L T I N O L7- Z - MITIGATION MONITORING AND REPORTING PROGRAM SUNSET RIDGE PARK PROJECT, NEWPORT BEACH, CALIFORNIA SCH NO. 2009051036 Prepared for City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Prepared by BonTerra Consulting 151 Kalmus Drive, Suite E-200 Costa Mesa, California 92626 March 2010 Sunset Ridge Park SUNSET RIDGE PARK MITIGATION MONITORING AND REPORTING PROGRAM Date: March 23, 2010 CEQA Action: Certification of Final Environmental Impact Report Project Applicant: City of Newport Beach Proiect Location and Description: The Sunset Ridge Park Project site (Project site) is located in the western portion of the City of Newport Beach in Orange County, California. The Project site encompasses approximately 18.9 acres. Approximately 13.7 acres are located within the incorporated boundary of the City of Newport Beach (City), and approximately 5.2 acres are in unincorporated Orange County within the City's adopted Sphere of Influence, as approved by the Local Agency Formation Commission of Orange County. The entire site is within the boundary of the coastal zone as established by the California Coastal Act. The Project site is currently vacant and undeveloped. There is limited infrastructure on the Project site including drainage channels, unimproved roads, and a soundwall along Superior Avenue. The Project site is irregularly shaped with varying topography, with the northeastern portion of the site at a higher elevation than the western portion. The site ranges in elevation from approximately 76 feet above mean sea level (msl) in the northeastern portion of the site, 44 feet above msl in the northwestern portion of the site, and slopes downward to approximately 10 feet above msl at the intersection of West Coast Highway at Superior Avenue. The Project site has been previously graded, and is subject to regular maintenance activities. The Project site is generally bound on the north by residential condominium development; to the east by Superior Avenue with residential condominium development and Hoag Memorial Hospital Presbyterian (Hoag Hospital) east of the road; to the south by West Coast Highway with residential development south of the highway; and to the west by existing oil field operations and undeveloped open space (Newport Banning Ranch). Sunset Ridge Park would include active and passive public park uses. The park would include one baseball field and two soccer fields, a playground and picnic area, a memorial garden and an overlook with seating and shade structure, pedestrian paths, restroom facilities, and parking. The parking lot would provide 75 parking spaces and include a designated drop-off area. In addition, up to 22 parallel parking spaces may be provided along the park access road near the parking lot for a total of 97 parking spaces. The park would include pedestrian access via two entries from the sidewalk along Superior Boulevard and one entry from the sidewalk along West Coast Highway. Vehicle ingress and egress would be provided via a park access road extending from West Coast Highway through the Newport Banning Ranch property. Use of this adjacent property for the park access road requires an access easement from the Newport Banning Ranch property owner. No nighttime lighting other than for public safety would be provided. Construction of the Project is planned to occur in a single construction phase of between 16 and 18 months. Approximately 130,000 cubic yards (cy) of cut and 96,000 cy of fill may be required during grading activities, with a net export of approximately 34,000 cy. The City proposes that all of the exported soil would go to identified locations on the adjacent Newport Banning Ranch property. Existing oil field roads on the Newport Banning Ranch property would provide truck RAProj.cWNewp.ftW16\MMRP\MMRP-031610 d.c 1 Mitigation Monitoring and Reporting Program Sunset Ridge Park access to transport the export material from the park site to Newport Banning Ranch. Alternatively, the soil could be transported to another location, such as the Bowerman Landfill. As a part of the Project, the City proposes to widen a portion of the northern side of West Coast Highway from Superior Avenue to a point west of the proposed park access road consistent with the standards of the City of Newport Beach General Plan's Circulation Element and the Orange County Transportation Authority's Master Plan of Arterial Highways. A signal is planned on West Coast Highway at the proposed access road. Because West Coast Highway is a State Highway, California Department of Transportation (Caltrans) approvals would be required. Where the widening would occur on Newport Banning Ranch property, a dedication from Newport Banning Ranch would be required. Mitigation Monitoring and Reporting Program The California Environmental Quality Act (CEQA) requires that all public agencies establish monitoring and/or reporting procedures for mitigation measures (MMs) adopted as conditions of approval in order to mitigate or avoid significant project impacts. Specifically, Section 21081.6(a)(1) states: The public agency shall adopt a reporting or monitoring program for the changes made to the project or conditions of project approval, adopted in order to mitigate or avoid significant effects on the environment. The reporting or monitoring program shall be designed to ensure compliance during project implementation. CEQA Guidelines Section 15097 provides clarification of mitigation monitoring and reporting requirements and guidance to local lead agencies on implementing strategies. The reporting or monitoring program must be designed to ensure compliance during project implementation. The City of Newport Beach is the lead agency for the Sunset Ridge Park Project and is therefore responsible for implementing the Mitigation Monitoring and Reporting Program (MMRP). The Mitigation Program in the MMRP is comprised of Project Design Features (PDFs), Standard Conditions and Requirements (SCs), and Mitigation Measures (MMS), which all serve to avoid, reduce, and/or fully mitigate potential environmental impacts. The MMRP contains the Mitigation Program that has been incorporated through preparation of the EIR with additional mitigation measures and modified measures resulting from one of the following: (1)the City, as the Applicant, proposed an alternative or an additional method to mitigate an impact; or (2) additional or modified measures were added in response to public comments. These additional measures have been analyzed and would not create any additional significant impacts, but will lessen impacts anticipated to occur with implementation of the project. The Mitigation Program has been drafted to meet the requirements of Public Resources Code Section 21081.6 as fully enforceable monitoring programs. The MMRP defines the following for each PDF, SC, and mitigation measure: Timeframe. In each case, a timeframe for performance of the PDF, SC, and mitigation measure (mitigation), or review of evidence that mitigation has taken place, is provided. The performance points selected are designed to ensure that impact -related components of Project implementation do not proceed without establishing that the mitigation is implemented or assured. 2. Responsible Party. In each case, unless where otherwise indicated, the Applicant is the Responsible Party for implementing the mitigation. The City will also monitor the performance and implementation of the mitigation measures. To guarantee that the R:\Projects\NewpoftW16\MMRP\MMRP-031610 doc 2 Mitigation Monitoring and Reporting Program Sunset Ridge Park mitigation measure will not be inadvertently overlooked, the supervising public official is the official who grants the permit or authorization called for in the performance. 3. Definition of Mitigation. In each case (except where a mitigation measure, such as a geotechnical report, is a well-known procedure or term of art), the mitigation measure contains the criteria for mitigation, either in the form of adherence to certain adopted regulations or identification of the steps to be taken in mitigation. The numbering system corresponds with the numbering system used in the Final EIR. The last column of the MMRP table will be used by the Compliance Monitor to document when implementation of the measure has been completed. The ongoing documentation and monitoring of mitigation compliance will be completed by the City of Newport Beach. The completed MMRP and supplemental documents will be kept on file at the City of Newport Beach Planning Department. R:\Projects\NewpaftW16\MMRP\MMRP-031610 doc 3 Mitigation Monitoring and Reporting Program a 0 O ce (L Z Y Of �a aW a� O n 0 Z O a F- C7 W ? W x Z Z) F- (f) - y Z O Z _O a F- 2 N W �= O - C d CL E o U m m O c 0 a m a a > aNi m a m aNi c m > m m c 02 O.>> m > c p> O C O C O C O C o C o C O C d d ry O N 0 m d 0 y U m U m U O N U m N d o m ` p N o m C N N p N C m E 0 a o 0 a 0 a m� a o a o 0 a m0 a o dOI W W C dO 3 O 2 O 0 C3 O mW O m O m O Cl � O O mm 3 mh •C wm ' , = 'C m3, 'CC U - 0 m m N m N - N L N L m N =� N J_ m 0 o a J_ N aaa J_ m ao_a .,, J m Uaa J U as J_ m aaa J m Uaa aaa ma N T C0 T mL OCU U a WU EN L 2 'O- N N O)p a O O m m a o N 3 m a m C N U m m N N > y> m �mJm�arn 0 N m a ow a'co� Jma N aaa J3daci o' caoid c E m a EQ c W10 mL 0— °c N- � m o md m( O- ,do°m O a J NH L>O m 6 d N :0C-. = >N E CU Om m Ny 0 d`CN U N 0 a N« c a a Ua m L=wom C m TJ aOJ) —�am- m7w N O mm U 0v O`N > o Ty O9aNL.a_ mm T d6Emm LNrnUt�wEo UvoilmC c 'C L o m 'J 0 rnip c 2 N ONE XC.— 46o0N a —; _ c ` w`0 ouci .maJ :om.. .3U Mm wO0 wo� ] 2a'0 @UmUp UamJcm°7J QNaUJCm cm N O y01 aa NLJ E N Mm 0N N6mN- >� — a� m o 0`>> c m E> "y1NEU0 m Ca d0 Y d E O N 1O L d0 0 C --E N 0 m O Lc a OLN g O U O E0 2O C >OG 0 0 N LO LHC o O 3O G —E0 N LN 0d a,N. Uw Um -N0 O NryM O Nm 0 � LN � SaNDEyU W:2 LLaOmm` '40 li m r U mV OLU U m aa`C N CD D a n7 NmOaa�a2g cmm0accu 0 0 0 m - n. O_ d O m O O U E « « « a C O a C M o m c m o c m m m v m E am U ~ c mm C m N 0 N 0 N 0 p0' m E N 3m c d m d m ao E O E T0 z SO g cn 0 o j O j o f y 0` O w d m m E d O N C m c m m Fa`0 o c q ¢c0i o ¢a`« a« a« a` a 00 d � 'a c c0 Z U cr �O U a W W a' Oix� a. Z aZ aR W C) H Z a' O F2 W Z WoZ N F- 2 N W �= O - C d CL E O U y � O c 0 a a a ONi a d a ONi m a w 3 ca ca c > c > c > > c > oc- m 1° `o `o `o `m w a E ° c U LM ° c UO ° c c c U m c U m o cm •a -yd m'Wm - °dU° m°E °c `m E E D a a o o a a o a D a 00 a O C a OI N > Y O w, NuI > Y 0 N U m Y N U m Y m N U 2 Y m N m Y N U m Y O N C m •C O w= �O m O ,� m O ' p _ a d a . p _ a d o . p_ d m p Ir O e > L N e L m > m> N> m f0 �L) �L) N Lu y 00 y 0w �� y ��m .2 'N 2 E d= N yN 9= N L= N L L- N j 0- aii a7D aD-m0 a7D EL a-Z) c o cl opo ° m m m.c m o cr E c v t C LL N w M y EN N J y U N E N a N �= U L r .-. m 'f0 m m 0 NN L-N°_E nc0 mOao a U O m U OC am _=C v m O QN omm NcTi m.-OXi d01my01 p-y0D.50 yOLN mm 20 «E E 0 0 0 0 evZ ' mO = od am ONiaEc yUwo w �,� ola m m3 m= a c a moa m -a c LOJ L LL 0E Em Cm W a M J m L dO N N N a L m y N t' N N N J J '� N QN O Ua L f0 � N ❑ N m m .m.. _aw•0o' d m n N m Ucam Yamm Co NaE- C m 00 rL�m•�C- °m0m).Laa_T. E enN �mmJ �atwyC ad-mT�i maLN ww" �wMmm3 ca UNLL��Nc ' .mc_ LmEyl mc� aaTmC ol m0 amN CNcm� E a,o5 O E 2 �mo a10°'cam0o m>._o OE m m �o0<O0CmO aJyc a°c>m o0O) 1L.d3C. .N`- ZCOa0i YcC0 � m aUc0 '' �CmcCN Vma LL aE?o.p_erc` 0 3 EN p m , m aEa «�0'L rn -is "Oi � c o w00 aN JcN m-C> m E IL c o o nom CI O m C oM_mZ_o�E N w L � o cL �2> 0E cO C C aW m a EE >N ~m J3oa .cioa pU UC m O O m c E O rrN°N M m tp T IL 0 00 r<y0� E UaN 2 2 -pin aO 000a d 4 0mn c.0 a c 2 c m U m mm mQ N U LL N U. I€E E LL JLCC -° M 0 0 oma000a�mamwE � o2 Op (LwCL awma� 0-0 Ma 3amJN m c m d c N 'JO 'JO C c C c L C m C m C m C U U 2 v c'E SE m m igE -o m N m a m c a m C a m C m T m c a mno mao E2 'a.2 rn E o d m E 6 0) E of E 6 C >d m m FE % m N NOM N CO C N C'O OM r r S c m c M $5 nn$ C ' C N C y a C y a C y a ° d c R a o D o m Dom D o m a Q 0 _ 0 _ 0 m _ o M _ 0 M a 00 d� 'a C c0 Z U cr F- p U a W W a/ Oix� a. Z a Z aR LU Z ix F- 2 W Z WOZ F- 2 N W �= O - C d CL E 0 U N � O c � V N N C 0 N > w N 0 O C N O 73.2 U O N 0 U O N N O. 2_ p N `� O N CE6'6aoia O. 0I Y y N d W C 3 O N O N O: O m m m .0 .2'E '.0 O 'E O :E g J N IL (L J m N CL 2(7��c>�tr-i��.N. O a�iEmc Nwa 04 O-N E=O N (p OO pN�NE N d EE O0 pa 0 p N � t0 NUNN CLL NQ 0 O mU @ O' 0�Ev N N NA>c 3 0 NCL 0 CL NU M.a E-`0 0om=o N 0 O OEE C U)J N�< O t0C0 N NL0= 0u C �N NO -N NW n w a m N 20 C N � LO L 0 - EN oO` In I=3N L N _ J NQ Q N OY dC NO m O S O N 'O y M N L VN N O WO` N 0OaE N UUp dN O p 33 > O La0 Ur Do >c um8=ON- 'E �N'>0 N N >m O cOQ3U NNNG N c EN N NTNO aa O c O N � 0- NDQ c p QO O N co O OG L) p(Y N p O OO 2 N.NErLU O Na 16 N O N 3 M O NNNnCd0 c 0NNOQ p N 3 CN0 p E°0 6 U ) M N N 0 1 m. �N0m O 0N3 O -N' cL Q N�cO =c Q X y pN mG =O Np Occ J NCp C U NE O N N N NC O. 3d L E N t0 t0 > N L r N > 0.- t N U QJ "O N y t0 E N LL � aE ' to� n0° Fmo3)Lu N Q N @ M N N E O" N O L C O..L.. �/1 7 N U H C C� .9 E =E 'O N c " N c E2 a0 E o o c rnE6 ME$ E 0'-2 dN2 f O c C O c c d O 0 O D U N p c N p T J O) T J O] a p a p - a 00 d� 'a C c0 Z U_H ~ d' UO wa 'w O� ix a. Z a 0 aZ aR LU ❑ Z a' O F2 LU Z Z Q U) a F- 2 N W �= O - C d CL E O U d � O c 0 r N N N C m > mm > w d m O C m O C m O C d d U O N d O N O d ` O N _ O `J Oto. O C a OI Y Yy N c O 0 C 3 o0"m 3 oC) 2i O: M— Cm Cm LLJaa 0-ILIL 0-mo 0 L O y 0- d y O C 1. n Yocm- 3 aN- r U L W m J J Y J Z w0 N N > 01 O O C m (` a O Q O m N m Z^ T G — o E o -a -o -- m U m L .o C d m d m 0 U o �. L j ave O) a" d E d a� 2 m ��cr aci tmiU axi �� O O. O U C� w J L_ L m C d m L O-$ 0 N N X m3 C ~ d Om Q 01dc M N "Xd �o m3�0 Emcm W3 �o ° om:o 0 Noc ao m— Uo N w o YLc 0oa =d o '2.. EoEL d- VN> M aOM3 0— C aYnd0N �Cm3OmN Na.ONmN. m0dm rO m J d U _ UoC OO Ui a O N� @ Q xLOTmd O 0 2 n y J a o O C O d Q0- 3 d ELO O O 3 O d a00 d 0 d a dO M� N md N E N0 o 0 O o- CV%NQC C m m O O 0>Nmm- N OLd (NdQn N NaCN d •O` m U4 N N Y NNc U t.0Cd 'mV ` VmN dm�0 CCc N.dm_ ~oNo 46 E C2 OCN a3C0C 0 O m La� '0 CN O 12 d C d 0 0 UW 0 0 I7�UNS C` "n E m mN Ld M 0 N wCN N CL 02m dE pp C UtO'UO d j0Cmmp W 2 C 3,.ONCm?T V66 O. NU`Lo 93 0C NJCO+ 42 U0 -CTmo -AmoOa da c M 0 mX m � ELim0Nm@C owmaa iHa .L2c > gmaag ni a d (3 -o c c c j c o c a c M e m e m e � E mE mE ' d o a d c �d c E2 -a -2 m 'a.0 -p ao c OI E U of E U OI E U E N d 2 d y 2 n v O c C 0 O c a cc nn0 o.a$ 0 m 0 0 T J O) T J OI T J O) -m0 m N -O m O - U O) - 0 <T - 0 M a 00 d� 'a c0 Z U_H ~ d' U0 wa 'w 0� ix a. Z 0 Q Z aR LU C ❑ Z ix0 F2 wZ WoZ N F- 2 N ai �= O - C m CL E o U m � O c 0 Y N O C O C O C O C O O O 0 N N N N' ymj N O. C E �_ p m t a `_ O m 6 U a `_ p d 0 U a �_ p m ❑ V a 02 Y m x m N ` .2 2 d N C 0Q U o❑ "O �O❑'O o❑ "O Ir O .0 p .0 M p cm p .0 cm p .0 D C 'm D C 'N D CN J m J@ J@ J m aav aa0aav IL O f0 @ N L 7 O C N a w N d @ > @ N Y j� C@ @ 0 @ W OEO U@UOCm .�-+.. mc cvNm "� E oC w =N@m d o M E�E 92 > 0 °.c``E0N @ao oma T > @c�`-oE@oaaaw 0 f «bCa a ov L v c@ E 0 7aa E E -MCa Op acO.p. UG C 7 o .a l p ?wOU` N NTa oUN > X O' E o 3 a� c c o «a o m o in u�i U N U U o p_ o m oc @"- cmtaci mo= rnn 3 3 @cc0c ;mc mut �o a@o'o crn«�= mJ Sa E@ m om"'4 U rL rn N@ C @ z a)-0 -L = O CO m -s« @ L c~ -o -pU C .. O C '� Q@ '= -0 m a 0) L N C d J 2 a N O m a 2 L L S N~ L_ C@ d .� p O U L f a L Q -, j N 0 m E is 2.2 0- 0N 0 a > �' @ W !a C C -O �O 3 m U m 'It 0 0 O 0 N O O @ d m .N. C m@ C .... @ C ova@"moo,'- v Joo N C C O I� a O a O CD U 020 �° °-c aaN 0- t0-m�E��cma caa °rnN odd ra N0 'd @@ m>. cD ii- C -d Z' a@ 0 0 L N G a` U@ 0@> O d J C N r0 J @ a L a E 9 OI N 3 y N N N O _T O N �a a U 6 G p U m Z C@ C C O (O N m « Qj N m p a j aNi a@iz ao'E oN U>Qo0 omom�a �mm my ��> pm« >�- Ja-3 ❑ U N U C T Ip - O U« U L w Q. « ._ m m O L @ ml m c« m m 'O O .L.. u o rL°m E�-@oFmopE..«£«orn c3� 0- o svN Hmc(7@coo o„Ncam oct'i "3 0 a 2v ZN N0 coN 0mc Uc10-q�r ON an vm3°=@ «v -o0 �' cacEa' a 76 MN � coo ..>❑ $5 °E" �o m'?vi, m��amaad`mvCN� 3 Hrns tnNd� �0E TL6 OF aa)H o ma �� m m o�yW a`� LLx'i�cac�w��'�c <0 in ai 2 a:).- c 2' « E a a a (D ' a m c0 2 as ni a cv cv cv co M s _E =E '=E o me `o mc`o me vmc rn Eao mao mao mao c wE5 m 6 m t m 6 �.N 2 d.N 2 o.N 2 m.N 2 C C C C f O C O C O C O C a a U 6 a 0 a a 0 6 a U D o c o o c o o @ o c T J 01 T J O) T J 01 T J O) o m o Z � o m o m o m - U OJ - U O) - U D) - U O) a 00 d� 'a c c0 Z U_H ~ d' U0 wa 'w O� ix a. Z Q Z aR LU C) H ❑ Z a' O F2 wZ Z O F- 2 N @ �= O - C d CL E O U y � O r N C LL N LL C C > 0- m m - (q 0� C > m m - OD d E D o oc m m ° ac _eE d "0 N r aavm E a o Say a ��a o ay Nmd o �mm oc ymd o mm ` N= U 9 m @ U @ 9 m U O m O: O >>O alp NC N 2i a E •C > m ° 'C tF LL O C7 m c m g _ IL d'm0 G Z)0 N d a'm0 d U N N w NTwE.6 - UC v- c - ° y ° C L p O NUU -OJJ .. O NLN i y 0 Oo3 C� L L Nm OmO °am mo >a m°N m o Emac ° na d@O O pm C O R > d3 >o J m -C NN1 a L0 > L mo LL OE ocJd°0 0 j m U p mN C o m m N S] O)= Mn @ 0@ T N N N m L N C@ n° O m E a@ U N D"� O T._ m= rn`0 m C Y,.�mmm`o°rn���EQ��'�vEz� oo= cm O W m N a - m e C L z E " w O O E m w -O M` 0 m co�aMZaOcEo m a J J N= O m E .0 U rL iota= N U m m m M r m O n L @ U j N 0 0 O) E ... ° m C N - a) N N L 9 O1 > m J O@ dui N :=c of -M go 16M-52COE.Z`m ocm C C= t -0 2] .y N M �Jma yvT N -O CI N d .> a N N M A V y U >O E t0 O �= 3> 0 _2 0m 0 a,- = mN NC -W E 5m `- m UO` NUm L 3 ' N, Z 0 p 0wk OM,c m- > N> 0 xmJ a L W tf .- .� o.2`Em C p O NN Om v-p°O � OCI mma ao= m> m = -em 0@nn E m -o !J L 2-OCm N L >LL =• i�m aW mm m V c J0 n O N mm a 0 N~ L 0 O OCmNLO.-OL 20N mU m mm0N Ly O. .VO v@@NLULm D. m �>UEamCCV> ° O @n mW J N �LLd O0 f2q :a.. Td N2ON U �mQYO °aiE O t m>oE0 2 E 0 ocm N U -E00 SmQ O C LL m aU 2 E m U Cm N NN N O. O C aaU V g E C N U_.. m C ° c O m O m a am 2 @orn ° 0 c Z y0 Jc �2 2�a=i 'OaEi c d dU) m m `o1E5 0'0 a s mU E ~ p y�Ny m MO mM Ul O 3 O KNm;m' E mo �a� Nma Qa am O EO J m m E n O O m "' O N LLL.. 0 N �• p N C m X m- LLL.. 3 'O w E U m@ U m' a 00 d� 'a c0 Z U cr F- p U a LU W w Oix� a. Z Y a Q Z aR LU Z a' O F- 2 W Z Z Q cn a (7 F- 2 N N �= O - C d CL E O U m � O o � a Y{0 N o c C > m - 0 - 0) U G H d E a C U m a n N E c E O a N Ir O > C m 0 Mn C U 'CC w m m ll O D N J N D EL d N C O C` 3: C C N O N N C N am C Y O L N C O O 01C 3atO _N N 'O N C N N U N 0 T N LU a O O 02YmO ° a N U) S moo a- nN TO m:E- O NN O. J a O C CN O NN 9 EU O N d .J. ° nCN d N Ewy O O UO NQ G = C J u E Y O L n O O1 ` O) C 3 N U N O N J L a o ° 0 O .0 N M N O C O pVp!� C N O° 0 0 °O N °O wE N L) TEE 0 aoa T :O rJ >, ti m O N m - O a J w -°J O O 2 p p C°cv .gysm N> N` ccO Eaa3ccamic'� m01 vC nYN°pmL ma° qO Ema O N O o N N C CrU- O 0 Nm m ° m W v 0 > .° ~ N 3 'O m J o E C E m C m N N O N N d N W N w m OI m a@ m O] U O LL O ° Lm` O OW 2m (E m w L 0 0 0 E m .LL 0O m C�O N j Q Vaa- m p E2 cn d a >t - N LLC NU Alr UL CU. U ofNC �TCnLZ N S' O Q!NmCYr-n'O d.Y >VC ON �L°mUN mNCmC a O mEHON0 LNd �U>Nm a apL ,6 ow N ° 1 O O On UQ Nw -- Ym 30 1 O LLJ m nOCO Nmm Cd C O O Lw O ON °2N N UZ CCONC O" NC OL Q ° U 2.�N JO'C M ..- 0'0 N i N LN U LL 3 a N n C E r m O C tCp � C E° LDm N O1 F n.>_ 'o m m n n J d C YJ U m e c_ .e w 2 E 2 n N m 0:° ao Eo ° a 00 d � 'a 0 O z U cr �p U a W W d' Oix� a. Z az aR LU C) H 9 -z 0Z a' O F2 W Z Z O N (a7 F- 2 N W �= O - C d CL E o U m � O C O N N L - U N N CN N (n O w N w a `° c U w c O aN @ N O a C E C o a m 3@ a O) N N d O C N W LOC m N @D C Ir o •C U'C w YO ll 00 O 9.U' - d O a O O ° O C L_ N 0> N 0 E°p o�°�O'��aa at0�°L' amw ��o amccE awwci2o� _ o -o � N a2 a 0 C Mao >' a�LomE@ . o O ° Oi rmy a E>a ° a-oJ wE cEN'EyDo'@ m ;2n o m2 °r= ° o N m@ -�°>a ` ° =U@ma� mmo> M U Y L { L - -NmLd 'c -a MC E LLac N oo� o t aw .2 2 Mal E N 2 ` m a N 0-Oa -O O @@ O O O N U@ 2 N O @@ y U U •@• @@ .O U U rL 3 N 0 N a C O L J O 9 C @ U d E U U E L@ N@@@ m ,D5 cv��n Ew moa 0- "a��m° > C moa NL a�L�Namm N O O d N `- a�3 L 0] 2 'O m oNLTa @ O ao O U O c@= mN 3 N N oco -tea R Co N L O@> L C N Ol N O N@- @@ -O a°N° O °U t0 > @n�23 OCN ?i NNN L2C�Em` N N N �=.0p C> '@«@ @CNN 4 E - yO �U> O ' N7 U) N LL U C a @ E E 1 02 p°Na N . c y:O@NV91 >• 0 o M,- 2v �wmc EYEU aE2@3. amaa� -N ry"OmaT' LL'N`�E � c _ ° aF O @ > O L c a p @Nwc No 0 =V O va •O .-ONO d NLQ -'pNO OO .0 jN M -o @ ~ por NC NLLy E c U M O mN IL U U NU 2 M N EN B O N w tO6 6 _N ° O a C CNL UN w U HJN L.N.. LNN O.EQm @L OO yQ flEa- v°Y -. VUE L N M V N (p O O U- N U LL U N O a N d. O c N Oa. C a T O U Z @ ONS] f/1 � N C @ � caC U n� @ C12O @ O N N N N O f p r O C- N C U N U m'o 2 w 2 E 2 a 0 c o C 2 N 0 E 0 C a 00 d � 'a c0 Z U cr F- p U a W LU w Oix� a. Z aZ aR LU � Z ix F- 2 W Z Wo Z — N F- 2 N W �= O - C d CL E o U W � O c 0 Y d C w d E E m U a w n a c E n w am m d 'r -N O: O cD O 0 g c m O O)a 'C Lm ryd CmcaJ mC� mWC �OL NLC L a O N O O J E E N N N E N W v 0 C N y L U C u> - ry Ia O N m O_ m o> w V C a C o ,o W N E o O W U y L O m� O o a CL N C N N y 0 y U 0 w 'O G M E m "' N m O m O O amL. E N O. N C O W m O) N C Q U n o C N N E o C N p`.g���a) d 3 C.. a;on c'c Esc coc-°c ac N d O NFc- C m m m3 U N E m 0 Y N N m 'C O C m om C W CL O L ._ > W N O N N O- N C �a L` E ~>uS O. N E m E E a Ui c`HUL 0 uCA. Ma �a�i�dE omm« �__>o-o E� E m 0 N C_ N w LO N w-2 c O a L O J N m O W O N O Ul a LN O C C O U C y G W m •� L Q C N m - C m O R C C J a C 0 0 O C O S H m cd„ d a> -O to m d C C O m N L.- c O `� 0 N E O Q :.. U N E C U '- .-. N O1 IL=mUwNm U U ayyd N- GC01E� a�Ca0 000 0- 'm m 7ec C No 3 ° >Q�c cmNc mE-0 cN=O.E•. Zeci. ��w3NOm ayoo$7Eoa'n •g £ CL m m°=0WdOm°yyo E aia o 2.o a0M 0 �mo° m � oo W NW o oj oa pm�csCamZoif " a 16 «acmm o T cO a:o c . N N 0-aO a d U �O p 0oO- J E E U Z"2 O z y y E a0 H �i C6 ui co r� T a d aci c N c E m w o m P N V C N N T m M 0 C O O g C 0 m a C7 00 d� 'a 0 Z U cr �O U a LU LU a/ Oix� a. Z Q Z aR LU Z a' O F2 W Z Z Q U) a (7 F- 2 N m �= O - C d CL E o U m � O O N m N LL C N N O 0O C N a C N y o f cE p'Ga O n a 0 Y 2 ° W C p❑ N m d m N M— —C a' O 'C c O -L CL E S] C m 0 0 OLm ~E mnL mc N N m C 'O�' Y Na 0>a`aao cm C..N° 'dyandyC m°4-L,--o m d mm >°O d m N - N a 036m C nONO N C => C U N > c 0m w OO 0 V -m 0 � >> NO U y m OC> .i>O GE - N . .mN mOE.0 E O N > NO O L_O°@8 C O C QwOCo' An E "C OL a O amN n@ >r Qamm:oC uE -- 0m- NLM E.OCL NUcCo Nm0M a- 0co76 mc NN °nw C C O n .Umm-• O .2 tH-, CL N c m C« °m p , amdxEW Na a @ c od yc` m�°o- cm mVmoN @�@ aNc Nd�N3 r mZmai° E O Ea c�a p 00 c 0 O=O aL E c O m m O m mO O o - Ui N2. caL �mm-" aco ` paE O � Oai pE o o�aN rn°1 �«dEmc C 6E@aL .. N N a ENN Lv`i Q nNN m m �d) . my0mm°d oUComm0-5 dOONcaa >0.muz 2 @ m Ny mL2O m a C7 Eam 0)- O OL0 cO] CL 0 E O a 'OL@ -L N - 0 --Om -Mm N J °N N mr d ° m 0 O nO Na a � a m'y 0 C� O U m Q ia N - U M m m'my« a - tmaG E O~ o 0 O dtcn �N GNOO a aO EN OU 0N - > N 0 Lm N E ma mO N m y Q m °° c . Ewpo maa. N aic°omm eNE Oc m m m m0 �a ° IL co rnwo° dm m`oN . Q:Om0!Ea Weaay UN am aci SO i N og 0 m mm a O 0Ui2Oa0> aCN aa Om m N N O G w m S2 m C O .- F O m � O N C - O > eC T@ a m O O C O a� C iJ N U .. o '-m� w2 E2 0� m Emacs �� nc 0rn a c� 00 m� 'd c0 Z U_H ~ d' U0 wa 'w O� ix a. Z 0 Q Z aR wp C) ❑Z a' O F2 wZ Z Q N F- 2 N W �= O - C d CL E o U m � O c rc o O N c w y N > J ~O w 01 yl m O C d E d d O c m m L ON O m m n CL Nc N ` LUUOd M E o`N U d O o �mm c c 0 � EY m c V c O) m O m.� =aa ui -adiE c' IL EL (n (n 7W 0C7 ." O C O d '«, m N C m N O C C 'C m m O O a a� C (:D -O '(9 LL L N U J M m c O C E OI C a C L C aw — ..L.. U C m c m mo mNoC d am E°o cm?C7�0' �N " a >`o m - m ELLoc"-m = O C o .GOC M0 aU -�> wd O Op N 6 CO N N O N a L)O o^C E W O m E O N U m — O C O N N V O m C dN W Z6 1wc o.� m oo E�Pcd E o mUm a y� wEy E m a uicmx o E°W'C =9E _ 0 oom �'` o�� cmLa�a a 3 mm Nom> —M cc ctE oLN3LOtjON(Lao c c C « Om L.m E a 0 2.2G N ?i N 0 E - OC U m mE r OC � i m O> m O o 0- o M-0 M0 m N m E N E C O m p Cd c O@ m U O w O^ NM 0 O M mm� d 4,7� C 0 aU Z�OC� cC 0N� L"EJ 9co@ oUN0> md o M E0Y Y�UffMm36 a_O O O Omm _m0. > m O y -.-U 0 M m N 3U C N= co¢ NT mm O �>Od �m mma da w EJ/d� � N'LT V GJ2 �mfJ UooE CO .E O U m o d d m m€ am t V LO (6 rL m d' U Q LL'dL...L.. Z N 'O F- O T m a 0 E >O O n N d,C m m a c O_ c O N 4 m C m _ O O 0 G .0 (L .E mm N a c Z c mm mom c - ma E �w m m m N a 00 d� 'a c0 Z U cr �O U a LU LU w Oix� a. Z Q Z aR LU Z a' O F2 W Z WoZ U F- 2 N W O �= - C d CL E o N U � O c 0 C O C O N E O `o o a d - w 0 0 C E° L ` O @ L U U O. ❑ U O. - N C 0 0 Q Y Q 0 ¢ N O: O Q •C .2'E0 :5 @ J @ y J aJ a No d a' a No 0 z C wNrnUdC U°c CO ° N ° TC @@ @ ya= 0 g;o��v¢E o n , «@ °'qua cUEEc N.LN. `mrE3 ��m�rnomE`'Y a°�NUow@ v � ^rN- w TZ @ O E T¢ O m« N C N Q > N L U 0 O. N .@. N L O N@ N 0 O O. J C (/7 OJ �' C L O N j ..>-. U O M O E V > O C N ry d y N 0 a N L' N U M N C7 d ._ Q SCC NU>Cy3 UZ mNm N¢YZJC ap MaaLy Ol-U..L..L O� U ,� U 'c ,� y w u@ m a r c>> 3 d c E 3 pN a°> >¢ "umi Na Q 3 F- 0 ° m o 'FoN o E aL@. o@—.n m._ c@$ d @ s f m 0 �-° E m o am o am J�@o�� oLZm°Fs «m>C� o Q O.m oCa > mo W Q NC mp° L L_ O «Nc6 Lo 0H«ONNjjU NO,Gj- EN 0wCNO�� L) EC) 0— a y O EL >rNaV Olei NU>> m -'° O O .m r 0 O O jmO OMO O m 0@Om m F2 2NNECm-EEE°"yEL x>cOU _N NNc N C W J NaN0 E Ey . -o@dOCmN w J `O. m N N om C @ t° j 0 w �.. @ O (n L N c N@ N N L Z o. y- L � r c N a �.� N O - W J L N O« O y U 0 0 C J ._ N N a> C N L U .. O >i 0 O. @-« d 'N C O O_a N. Fir O. m— m m p O N O c c2:, ..T. C c 0= C N y C C@ 3 .. O O O 01 a� 0 0 j m c O 0 r IL OC �� oacoo0m mEN@c`m0 acmes. yN c .. mO�N�°lOUNN.a NL ¢'tOjN��0.0�NN�Ua@On ma Od�N�N d a�m> uvUi igyaxi �'«°c'o-No inZU E=-Noa�a�«d �'@a�c°itm�-Noa3w a m J 0 N Ir C m o E 6 ° m c0 E N a> m'> m - o m c a ° m na 5m W G E C C 'C J m O N U ¢ � U ° a 00 d� 'a c c 0 ? U cr �p U a LU W w Oix� a. Z a Q z aR LU Z a' O F2 W Z Z Q U F- 2 N W �= O - C d a E O U m � O c 0 Y 0 N C w @ > N E O C O d C CL d N O 0d c E D a 0 a o rn a 0 m a Ir 'C •C U_ � w O w co) c @ L O@ m- ' — "1 @ N N@ -6 @o°m~ @w@N@mO w M> @O .�X adoU gN o � o w @ O N E 0.- OO Y N-; >Lcfyp Q N NaN >~ N> E U �@ o EaEdcd � o >$a� @oE OC O NO r `> @Uo O L U 0 U OC@ @ v E -O OE 0)=� 2@ E @m �oaa o. �� ? o o � �000U oao�>vE0 c an aoo � m-0 C3 m a$m°3 ._mN =Ov@ N Cm E w-0 O_ W U M= @.O NJ U@ N yT 1'ymoyn I d°@w'N3w m 3m a vEC OO O «@ 0 @N d>G@E@ -w Lp w0@ gy N 0 OMM- @ @p ma NL N O N @Ol CO a aO r r y @ O N OmOa00 aLO@O-OLwUO w> C >� - a E p d O L O @ ' O NC@ O@ @ =J N ayr O.O U O C a wO C Q d O@ E@ a 3 E y a@ J IL/1 O) O N C N> N O Q :.. w OO UY@ pL OOT0 a CL@ �T�yO ONJtw TU fS{pL�Ew >CJ aO O � C O U-U 1 N O� C 2MN COLN C E a @ y@ C NU NU 'M 0,F o d oT@@ @E a0f> Nc0'CU� O�w U-OT �.m��N Eo6M cmE o- J N aUN 02N:O 2m zwmg 2co-0 mCm°m ¢E>aEww—>M�M --oo0030OJ m .o c c y @ Ern c � @ � c C @ 01 W w f 6 O @ c' na J @ a c a O O T v O .e C N 'C J N CO O N a Q U 2 -O 2 2 a d' C7 00 d� 'a i U Z U_H �cr UO wa 'w O� ix a. Z �0 a Z aR LU ❑ Z i- O F- 2 LU Z Z Q U F- 2 N W �= O - C d CL E o U d � O G OE� 0 0 00N r U ♦a p c C> m '- C i� m '- c C d m .- .E C m m w d 76 o c 0- N c 0- N c 0- N c ya�oayi A= ES u EMa v E a o C E _ V 6 D d O r w .0- Cl f d y d E y m 'O O yy m -O O y m 'O O W C O 0❑ m CJ 0 m i� 0 C m U O: O�i m rn m rn rn 'o w g n1o'a�-o J d J J J c J J J c J J J c `o aaa am o dw am o a am 0w C L y m c d P E > O � -6 C d C d 0) a d T d O C m m w ff 55 E N d .0 9 m J (j W m N N p 0 p) C a- n L> O. y N o A LN E d d y U m a y m y U "�' U m d > d N Q I N Z a Q a) m o E d O L m d y y a d p_.j m d O@ d t0 C N C > L O C- C o c c G > L an d �3�E (` a s v. d-om�pO �E~m'mep5 dE adi °rnaiom o-otE mcao L o XEca L C` d d N d N N p O C -dp U >' yj d 0 J U G O N N d C E E C d E L .2 V N C J n tdn E d R L N N U '> U d Q O m 0 N N C d O) p_ N a U N m Od dUdmy� .Nd OUNmNV nN `d�Ud Wyw �O.CC Uri9mn Om d -O aJ. d'- n -o O w d NU J ON C.L..d CN (� L L _"OmC m w O OO m a N C O1 MC) 0- O d Co lL� 'C y O v l0 O N J O J w (J :�. O d M y O yNCm LL•❑'rn�p gcE n"OLGCm aNU .--O �❑Cj UL) O-c=m -L`"md odmE'0omm doo� �CL mOJ) c mo00WCo.mrncom. ma° °OmoyO °Eg yM o O U O n c ya'o`oMMo.C NU =Ndy wo ` C E C C N d E'G NOaN ay Ly ad dym U C�Wy0U O Oa"U J. D Oy fmQO m m"d t0. -dOd�OO) CO OO YCw`N d O O O - d Q L N a WTO_ O. O dd0N U w N V y am�> dra £ mF € >aao :mm 0 ° t rn=E omo dm >c a J°c z w a c.c J oo a) o dooQ U cUmmcoo a=Uymmcom N )�-Grnmmrncp O N O 'O m O N O y C CF m m 0 m C m m C j m •O O n U O O n O n C ao.. n o:o no T m N O m m -6 m -6 p $ U Q $ 00 C'O O O C O C CD d OU m a` a` 0 Q. 0 U a C7 00 d � 'a C c0 Z U cr �p U a W W w Oix� a. Z a Q Z aR W Z ix F2 W z Woz N F- 2 N W �= O - C d CL E o U d � O G O - N O> o d m a O N U CC O C p O C m f0 m U d O C m p y0. aU U d Q1 `p N U d J Can J d O S U O N U d J N d ('� cE p co ¢oCl O oiia d >> 0 N d C d' 0 C3C �i N O N 3r O U > m U O E o U N O 'e 01 O) C C c p U _ c c O O L m IU0 & c O o g _ a a�' `o .= '� n '� ani o m o a '° aNi am Ow a- IL D- w0Ir O¢ cot m CL IL Ir d t���.m_ :- Z cffT O OmaL "N QN U «3C> 0 pdOdoNnCN0�J... L@CmdcFJno-moJ, m O m m w d (d'n`dT.6.i NL LmaOU J N L Tm '- > a (n O - -5 m4vNLL'uvNCmd�do+ 4.�"—vdcc=J= `p EEanmNFZ " cL n=p - of mJoE �vc Ed > p m �0 EL5LLm L JL d-x m aa a—t:a¢ddao o�Cc:mU0.— _ -- �o¢m = . O aN—yamdNs > pdU moa`¢dc oLU �°mmo �"-a o�E 0 OZy — a�m a w 4UCx N N p E p n ad U [ 'aLp 0. dUp d 45 Uac 2=NN >.OteOEC O>a CCO m d p p m �-: oCL o� ow oa ��E � —wcU emNo� a Opn EOE6w3: E2 o5's Ur Nw M myOc m??- yNN C w0 OO ��.T.' 0 F . N ' d: N N pL> ¢LO 'p m m F E m (•LT=dni d C-¢dU= �0C° md.0 cC m > c m (( N ¢ O'O O] :•NmC:- m vrUmoco3c O9O —cdLdmmE O) m Q0°mywmm, — E 'NM N0E.Ynmc om a p 0 m C m m(mEC > O C. p. O w m C O O M n -a «mfo¢1J C U O p c Nm c� vwp 6`mJN Ev-cdmc0 ymmaw Eco mco� vpy � a ow¢md nZ QdzN`cm—t E mE a nay d¢om doo 9o>''LaM ac � wU"m c a..mx N x ¢0 ' m°No2om ° U1 NN.0E n (O� d v' UnL E � r wpOC J 6z U UW cLO a ° 0 `3a i�0o¢=aU EE ?7 > N 3D m a m cm m cm � � m OI N m L OCI m 61 O � J O J N O 12 O � E O N N 'p O N O N > t0 = N > m > m op- tic a c c on ac op- ac aO m m no no Q D E 0) � w0 D YO O N c m N c> "C .'-. o NC o C N 'c O D_ U m = J U Do 'c Oc Q. 0 O d U a C7 00 d � 'a C c0 Z U cr �p U a W LU w Oix� a. Z 0 Q Z aR W Z ix F2 W Z WoZ U F- 2 N W �= O - C d CL E O U y � O c G N O N d Y :� d E E G! �° @ d C @ @ U J .0 O C @ J U O@ J C @ U U c E T a p a o T n QLo O. p N J@ °U ° aNicg ° 0 '' Wi@ m C Q° CC o t o O¢i n ELI0M O �@¢CC)w N 6 N C M -@N TN �m m CN" p 2 O O> U O a N T@ N N 41U wd J pLC_@ yNO mQVV•D•v f0 '"m.cEoNC@O-`. ...0 p �CN0JcLlO N> caC �L 'yC N EEEaE G`@@i Mo umGO- —d£acON oU o wLxda o amoLLN �@ .r@m@. E CL aN`�@J @ o° o - @°doy�m cQ.oC°aOaoOG. OU C� 3 3 On N L mo ONmdcW- C C C 0 O C cc N P -0 aUN CN cj a o c o o EE 3 0 o$= ao Eo ' `r=EnOOEo@NNC> 00 @ o r N -w @ ` 0 E E m T16 O d pC " Ny@Nc mo " Y >0M5 E00 Ui �Eo ° E xomE0— —(jn EU°o ,D5 c0 L)2 E co OO TNN d O m 2.2 l:Nm:0 -'E�mdNN�O3OO$OJ U J N U °N N 0noi'i-�@ tCU.°c�❑"°� VN 0: E o o mWp @Qo3 E d=E�6 wC-.@cT@O. Mo w -a°nyONi °�°r -@OdN 20a M Un @ U Nt c3 Ez°mt�odmy m3 weQOJ oU6 'N>- E>oymC .>Qro @mrE ccoiv °K 0 @ c N Z o m 0 J° m o N E @O@ @Uw E. V) .0S NC0 j 0 CW.0U a �pO E Tn a 0 o E O1 UE— qN° moQP 0 oQ O Uon 9Cd� a o C ' NUw..JE-. L w j 2 L r0C On@ c @ U ai rn i i @td 0@ a'NEog0a. o 0 @ d0`mmxNEn amcm2(7 c 0 U N m C O U E C f @ m C V CO m m C 'C J a 00 d� 'a C 0 Z U cr �p U a W LU w Oix� a. Z Q Z aR W 0 H 0 Z ix F2 W Z WoZ U F- 2 O 0 yml onU 3O ~Yv3CNi > uC-°Eo�RaN u E Eoy�omm m >COwa- CUU w O OcCmCaaC5 d EomE 0.0-0- O. E o� C J m cm aic Nm aaci5 mma Nm— Ci a E r >' a E m aE c E c ZcQ CO E m m J�.mB -g E U E mN._ m m m U CO m m C N L O No Q 2 m N w o— mmEo"aag° U d O w m T� m Q E c m m 3—O m='o y EL�0>�Ncw�mm Co— _oam-- '=Q 0.°__as o E f6~ caaa` mm m c cIL r'NN Et&mE�= 0 En U. o o m- m 0- O m O m Mrn CIL" O- m m a ILELmEmsmMam W m T C m C C p) m N 1w O U L m OI a` t 0 C t N O m C 0 X m C m N N U O m m.0 N N N a V m m> O. > C UN O � c cUa N E O C- o E N� NN S 4 E d E m y N d c m m J m oa ow nL C m' - y o E m Z w 0)CL, Emo 0 N m D_ N � m maama.a -Tim �mo3��oco'� N O -T o rn y (A C O O C € E3: m.. � m o cm�o� o O m N U N m N m mom=�=E2(6 C m U C LLQ Qm'l0 �'O m 41 N'm� o.O�a and v; g O V .oa OL U a o o a 15 N N o m o E c c a m a n o .� U 0 0 m J� m E m w E m N Y N 'O a E O 9 0 E s 3 a N 8x M Na O) J C c L O Q ii O. CW--- '- - N a 0 IL L N ' Ea '0 ot'mQ �ao3a3-°"N C mmoYN co Nw c d at- c m '- a m a It- m m m E a� o c'C « m N U N m N� N �'6E`m m�E�c°`°-o 2 a`�c n0—aJ�Em mv7 mnE3 m S uS N c c c m 8 a� 2 m a m 0 00 0� N m N J 2Z m c -ow Ym N m C U= C m �O C O'> m 'omE3:2 cE m a m m� S C m 2 N a� t E m LLG`oE @EfOmo aC°)mLwmEEE Jo Em C m c O m C O m .' m m m mm MM MM OE c m c m c E c c E 0 a m W in W O pj W V0cx a0a m3°m2 m C m o >° aU > a >°aaU m Z ac U c Zac 02 t co m -6w no mmw o o m d o U O 2 o U 2 0 U O .0-o 0 C -m o .0 c -o x $ m 5 a° m 5 n$ m 5 a 00 d� 'a c 0 Z U cr F- p U a LU LU a/ Oix� a. Z a 0 Q Z aR W C) F- 0 Z ix F- 2 W Z WoZ N F- 2 N W �= O - C d CL E o U W � O c `0 `O o U ° aU ° @ P @ i 1 N E E C d C O C 2 C n d c O@ 0 0l E @ 0 W.- N E @ o E o o 2 app y O.c 2y ac 0 C ao�io�am 0 0 m m 00-M c 3o�am .0 U C o � U C o o a D.N = O N IL,Omv aJmJm0 Lc5n c n@N0cc °mbaE - 00 O3Z -o"O O �E .0- �c>. N a u°W@N u o O n Y0 L d3 E O7 O C C Nn 0 @ N J L d c N c@ E ° m0.o�do0� EgYm@o�_JQ ?0 nE YLd. °omc rc mr0 N E O c L @ wo f/7 i t .... a)Cw • N WE N �2 N@No0 O Q O@ c 0 0 0M: ON 0g E w U) O p U c2 C CLOOO. 5J ON _E NU Q.O C C != J O) C y c c N ` � y UO4= md C W o0 000n Q0 .2)2m0 - ° a m 0g° Uoa O ��N M M @€ oo a0 U0 ° 0 wa 2 o N.- W o voma @ =�>00c� c50d0 03mo°N EU @ gc-o d Zd>o n WW rn �6Z ^ s � aa a ai y o o Wca 0 0 ENaJ. N N y No C NNcO =0 o t>o�m o a��mmh dQ a' € 'O@Om NTO E ymN oo anLN OUC 0 O U 0 a°c U IL O y _caiO3dLcN3ocmmmx a o20m �woaN.dcD aU Umo of @ QOO O Qaiz w0ypa @@:Ogo mG>o °UILdo r7 ui3 tD n d dmd o N c c_ c 0 c 0 @ @ @ @ M rnm M E E M �ici g o 9 L o c mo a rna o. E `om W oo W P cm c o a 0 0 >_oCL >_oCL a ti Z 2 U Z Qo 2 c 0,0 2 c Q 2 U -00 0 C- U C . C 9 U C 0 _c 0a@ @O a 00 d� 'a c0 Z U cr �p U a W LU w Oix� a. Z Q Z aR W C) H Z ix F2 W Z Z O U F- 2 N W �= O - C d CL E o U m � O c `o o Y 0 (J O N N C d � O 0 E O C d C a s N N O N cCM ac 0 c o:o�i oCID d o)am C U C O m a O ._ g > 0 c N IL m m -o N O O 0 N L N L C O N 0 O p �= 0 d U 0 C N �O N L L d o� E O Q O N E FL- tq 2 N d 2 ZEOL J I Uj UCOpNC 'YOt0 ° d y 0 .- ELoa ca IOECp N L U3yEcN 0 0E Q 3 vt o�or�m >MrnLd y�o x.�nE -o mol 0) O C N O >` N ?i N O- J 0.-.- C N O H 0) d L N -O ° 2 C- @ -- 0° E N y C N n= N O °' N- E N C .2 fN 0 o Ed=dN Va U E 0 � mrEL o w E o aN d -?w mnmNrM U'N N c 3 o OO C- wo E 1c E O ° EM X0 cac-N`— 0 m5 mNE 0a m> �N 000 T 0 OE N -,M CL 0 - 0O UV OCU N y�E°oi OmOnj E a 00 d E C omj�>mN o LO N« O 0) O O N c am_OCLE coON nwT 2 NO ` CE cm O p N2 ct0 O N N wN O O ZdO 0 N M�� m�� o-�oa oa z°=0@cc c Sc U.o_ ) o o�Eo o M a YacJEco N 3: UNNO Q O N J C t ty .0.. O L 2 C (0 t O- 8 N= W a Q E H m 2 E 52 m m � mm c m E c ori E O w W F N IMc 0 P o T 2 Z n t c o ._ n n._ Co O 2 O N O O ° C° U N `m a ° _c Ir a d' 00 d� 'a C c0 Z U cr �p U a W W w Oix� a. Z a Q Z aR LU C H 0 Z a' O F2 W Z Z Q U F- 2 N W �= O - C d CL E o U m � O O O@ oo O N ti p N O V O N wd `o�`oUaci 'wow 'wow _p049 N C yaU) E�p °Em 0w C3w �m 0rn- o c o �w N C N d ':CC O@ 'O 00m 0❑N @ Ir 0w No�� M foa 0 po a p o poa a 00 0 o.� .— c c M� c g� (D 3: m `o d a m@ v d a m@ O d a m@ O aNa>aEc � i`ayyc a=-0womc wcmocroiwE m0mm0nocw a. to E pop">2>a3 =Op M3dc x`00 Lay,— @ N 0 a Na @C 0a _ L LC N O @ a@ N O O' ., > n v @ N N O w p C 0 U Q O) N ly0 _O > C L "' E O`@ @> O` @ @ U a C� J J @ 6 N N@ C C@ C .w@. r N .- ro O a C N C p p 0 o M N o o >@ro �0 vdUd N E EoN wm yCC OL o OU @@ 0 ! .O 00. � E c�-$07�UVE N>LO a_`JE cEc=cmc -wo 0. a@ica� �n3 c@ c ao -p `m E @ @ YN$ao o �•J UrN m@ c Td>L iiewovop�E NL NC NiU N OENN Q M CL ;._ a- 0oda-m L C $ E O U EJ _ _o C ° E3� CL E 3 aCi mE -0 0 0 0 oa ONOUC°@NC=. � O a N N w d v >. , dp° .5;pZ O O ON d CaL —@ LO N@EvU$ jO - E d — — @OCY N U q N Q ti C@ a Y U.S @ a Ca cNN °Q =J $pa Ny @ x "cOro Vcro c EL @ @ Oamm ° V 'O E1 M can �-' a@N`ca- i o�° mp ��N aNE ^ @d o Z 0 0- NLa vJ 2 o p UV�v7 EGE z U O C L@ _wN w c c � 0 c 0 _c c 9 @ ro @ ro @ ro rnm mm rnm c rn c rn c m M L N N c Ma ma O c rn� O 45 i6 w 5 i6 Mc m `m o m `m o y 0 m 0 p at p a.. c p a= c U a 9.J�. U n3 2 E U ' n- E rn @ -6 c @ r,c m @% c m c o 2 0 2 'O p w U w U w U O O C O 0 c "o m O a 0 w a$ ro O d 0 M 0 C a 00 d� 'a c c0 z U cr Fp U a LULU )w Oix� a. Z aZ aR LU C F 0 Z a' O F2 LU z z O N F- 2 C- O r O U p N o U O N O V O N o V O N O N d U LL O N E O C@ C O C@ C O C U C O C@ C O@ C N aa�EQ� mEQ� dEQ� mEQ� ddEa Q@ C Q@ C Q@ @ U@ O a 01 Y n C d y n C d y 6 C d N y n C Y@ n U y •C 0020 O❑ @ @ O ❑ @ @ O ❑ @ @ O = ❑ @ D: o rna m ma m Wa m ma m �a- Mm oc oc�c 0 oc�c � °cmc m o��c 0 v..:_N 9� � aaa � g J J C N am @v J J C@ a m @'O J J C N am @-o J J C@ a m @-o J L J aUm o 2am-aso @ @ C c t 3 3 m 0 0 N E N p U c d O m, 2 m t @ N U C @ O d m tf 03E.L@.�oc °. E @ a o d U)OUJ - O j p @ Z ❑N °@ C m N_ O CL d @ @ O _> Z o o m °a o -U M N a @ m @ > Um N N U) C N m @ '0 @ m N CL E o U O L d CC C @ac0wLE E c @ o » o N N O E o l N c @ c E @ - vEE�N@ `�3 @ a @2_ N oa c C @:Ej mmC a rn m c oo'c J ° U C > c @ > @ CC ° a o °3 a°m2 E 0 2 O O c ° EL U @ U T @ @ @ O '> v H @ 'i -j 0 a EL ¢ a ° Ln c d @ J m U y O c N C N 6 oa o c U c@ a o O t = m-0 c U 3 0@ U L d L N U m° m U a 75 c 3 O _ W `O O _T O Z O m J a w @ C @ @ O Eaw0Laa U - E @ T N O Z 0 _ N O O N- E U o@ a o Q o @ MW= —U) L d a o @ c F @:>.�@. .. c o: v o @ c ° c EQ� n a C, o Eo g`oain JN�� @ U U S N U C (n C N @ a r W O. IS n m N 0 Y y w a N m J N N @ @ O @ O d « w > @ p'�01d mE_15 ami Y N L@ 2@ O@ p 0-2 c ac a -Op 0 0 0 6 m U N N n N>Nc Uco@@ )Y m oam m @ L Cl 0O @ J d @ J E Q N 0 > N N a c._= cad v-cLL E2 0 O C L N O U N@ °- a@ m a° w a o° o 2 �§ )§ \J yy §i }§ \§ LU§ §ix 0§ /2 §2 /% e 2 0 0 CD ƒ0 ), �) 2| wpCL EL /\ \\C 05 3 0 - °- Ir§ !z,$ _ )\)\ =I ! . )§ I IL $ _ \§ \\ @. f/ k �k U) 5 !` _ 0.0 LL 0 \/( o (L45 \ 2 IL 0 E 7 0 'ai6 0 _ ]2 f §\&) \\\\\j\\\ APPENDIX A Sunset Ridge Park The Sunset Ridge Park Water Quality Management Plan identifies and establishes Best Management Practices (BMPs) to be used on site to control runoff, and ensure the Project meets established water quality objectives and protects existing beneficial uses of receiving waters. These BMPs are consistent with the requirements set forth in the County of Orange Drainage Area Management Plan, and include measures to address water quality effects of the Project from construction as well as long-term project operation. TABLE 1 CONSTRUCTION SITE BMPS (From Appendix I of the EIR) Number I Activity Erosion -Control BMPs EC -1 Scheduling EC -2 Preservation of Existing Vegetation EC -3 Hydraulic Mulch EC -4 Hydroseeding EC -7 Geotextiles and Mats EC -8 Wood Mulching EC -9 Earth Dikes and Drainage Swales Sediment -Control BMPs SE -1 Silt Fence SE -2 Sediment Basin SE -5 Fiber Rolls SE -6 Gravel Bag Berm SE -7 Street Sweeping and Vacuuming SE -8 Sand Bag Barrier SE -10 Storm Drain Inlet Protection Wind Erosion -Control BMPs WE -1 Wind Erosion Control Tracking -Control BMPs TR -1 Stabilized Construction Entrance/Exit TR -2 Stabilized Construction Roadway Non -Storm Water Management BMPs NS -1 Water Conservation Practices NS -2 Dewatering Operations NS -3 Paving and Grinding Operations NS -5 Clear Water Diversion NS -6 Illicit Connection/Discharge NS -8 Vehicle and Equipment Cleaning NS -9 Vehicle and Equipment Fueling NS -10 Vehicle and Equipment Maintenance NS -12 Concrete Curing NS -13 Concrete Finishing RiPrope WNewp.ftW16\MMRP\MMRP-031610d.c A-1 Appendix Sunset Ridge Park TABLE 1 (Continued) CONSTRUCTION SITE BMPS (From Appendix I of the EIR) Number Activity Waste Management and Materials Pollution Control BMPS WM-1 Material Delivery and Storage WM-2 Material Use WM-3 Stockpile Management WM4 Spill Prevention and Control WM-5 Solid Waste Management WM-8 Concrete Waste Management WM-9 Sanitary/Septic Waste Management WM-10 I Liquid Waste Management Source: Urban Resources 2009c. RAProj.cWNewp.ftW16\MMRP\MMRP-031610 d.c A-2 Appendix A N W J m Q F F U) W m A C Q 0 O L m O d@ O @ O �, E u a L U m w y= m m m@ L N N m r r mm3 �co, -o�p ESL 0 oyrn m V $`m> vcc�mU 00 L a 'p3F N 9 N N.L.. pJ O N E m cO� C c N mm�-pp n� c°10@o�LL `cE NaopNE�x o V v s y @y oo m N c c u3 N j "L3:Ern `°EyZ �_ c =Cp@ @-MK @ O 0 aY OOC 01 @O mL Cr oN O U C @ C- N u 9 T WO o C y U E y C NR m L -°° E L_ N N U L0 d mN@ �@ n 0 NT @c ' @ 0 0 @ O d -p N0E U -ym oL C �O U m N '@ 'Op LL 60 c o m - CL M m o cm F da M X 0o . E @@ Eco M7�C0W--0Orn mco 4 'O 00 "O Z y N G O N O U N U -O T y p N@ E m NO 'O T m C C wmcif �Epc C 0 °?'��0E ° N C O C m -O 0 m m E" m :p `0 -mo Eday o0 Tm 5 o @ o? O NoC mwm yo:°m-pp EL0 cE o�E �� - o ma c o d m Qw aN NE c m m 'C m E E= 'O. 0 ooay o ayiNw�a ��,�moa�'c' N E U p U J �" E p' C L p N 0. 41 :v U Q c N O J O N m -O 0 N y O m C �e a'rc m E m=rn m 0 Em°�'Tm o:E Zp QM�E Ii EQU �'S.=30coi°3u-3 C O) C O m N Y o C O N t N 0 O O c N N U p m p d m m N Na Tm U p0.'>.T.m O CC Q. -NpC @ .c 6 s° rn m m L) -6 — m m Es E m U O. w Q 3 Lu cl) Fa p!,oD nm c� w N 0 L0 -.- -.N OJ 30 NE U 0 m o O C O) m O U G r L r N 0 0 0 N N M T N N V �`p o N ca- oam-m in c aEa3mN N a (nZ- 7 2Lw"O C N O C VN O N C N p C d O y O 2 m 0. Y C'2 m m N m y .,N... N E d in y 0 Eo'�aaci�� G o O)'O W d M U O Fn O a IL m � .� ro in E E (�n z z to 2 C Q to F- a w U Z O U Z (D U) W O LU F- d N C � c Z c O U) Uw NU Lu F J U 00 Q Q CL F- a F - z LU 2 LU C7 Q z Q F- U) w 00 TF a Q O N L C C O _ a) O O c to O N C a) c a N U w C t y N C C E U G O m C T L U "O O @ - p 0 E E 8 - (` o@ U O O@ m d tip J E 2 L v1 C C Y m O N� 0 Q :E0 ... -G a i N d N OC � 3 N O C m O n y U a) N C 6 C O a a m@ o� r y m .,L... `py a 4 0 m y(i o 0yam E 3 dLL m E c(7Ym 'y'cy� r ° -oa nC7 oEao� Eo�oo E �� m .� o o� CL 0o ayi 10 o y °i o' ri `i m� c� c 'C J W =0 E`C7 O a —§ oa o- a N@�m^aa- a a°cm) ' @. m mN L -'EO E LL .Nmy , T'- mUUyLCO mT Mm O (7a 0E m o`wc 6 N@ U a) e aI LL daa m0y ° omg A ooo O N C C A @ U OvO OO wC 0 8m .2 c' U a) p J Lm o ado (j aim mc ae N .ff d o o E E U O L y O N C G O C p C UO` ._ oEaxi=2afOLL m . . . . . O C n y Ucmimww� D aw . . . m O . m U FL -E . 0n Qm �oN U L J 0 o -ma 'C aw mOa o a—�°c c m L EE moo-- Fwm z@0UEcL° aaicoY U d q= U L d �' O o' O N E m N— m O O L C nom' w T L U '�E D— C mLUy m E 6 ULaimmma O a . pZ O O � .p O lV I E m p a ti Q $ i� C V U N UO �Eaa O y :y m E T m N O` y amEm C C Uco� c`�m�a`m.,.. Q pp�� m m a) O p m a O L@-0 E m m d a .0 m m = m U C C U y O) a E �' @ c'wg. o�2cmym 2 nm oo-0m Y c J _mo 'm m Owe d y 0Eypc c � 0 D w £ m Nt E U N N m O N C= C U m L:.... 12 'O N Em N>U mUC m ce3 mmQ2anh mm6 in .rM c0'yH N�m�C CynO) OU a E L O U [2 d 'O d C l@ C yO 3 p J 0 E m J y 5 m 0 0 @ m JJ �O(L m �, m -mm @ JdZ p Um U U.L. 3 a i z z z m z a Q N H Q W U z 0 U z (7 U) W O W H d N C � c Z c 0 U) UW NU Lu m Q QCL F- CL F - z W 2 W Q z Q F- U) W m A TF CD +mow 0 X 'a C Q Q Q E 0 LL d m� m @ y NL E L m Q @ m m a E J a o Z' E Nom@ E O E a�ma 't wv U O.Q au1Nm 'C N O a O N L J N N > �, _4 i.cE O Q EQ c E a C @ c 01 nw a° N E N N m c J N d o E y m E d 16 E 3 E 2 3 m a y .- ° c N D 4m m Eco°' d c@ N0 d O• EO N d N @ d N L N m T N 0 .@. E cc Jo @Ea`� c L 2a �@ m Eco -c 0° �coiw� � d y� o NE > P 4 m m� w N w m m 0 L O @ E @ O N N m @'� N OJ - O] L y N N N l0 O) >> m d O) o O EjN o mc>a°5 DtN dco O L ° O C3 NC p O jd O O . 0 p p Qd '. @ ` Na Na Daa@ OO.Lw� 5 4 m Na Anm m �tCJ °' mo m. 0 Z .oc J°Grn p�N- • ZNJ ama- .DNmSD(O j O NOm N Na E m�n EaN N` O_N ymN�3 'OCT. L) Em O m °KIra L L= m C E C N U L 0 N F a U@ F 3 m E Q N a L F m N U .. J N h m Z C E N c m ° m _ r d. _o rn O c 3@ O d N J ° U@ J @ Z N N n 'E @` N@ E u° N N 0 50 ZO Cm3 1 0CNU OLm> C m aOL .ppN °°_ V OU O o O C o 0a°c3N�-n' O Z E 6- N @ c L°TUZ U NC°UO O � c@ 6 °C o'0 E m o@ dC E w��cmLom0 moo, E .c 'm V @" L N J N O d N @ �+ N N N m J N r C U N> L T m N N p)E C d a N N a C U d Q -O 0 O O @ C Y m aL.. o 0 0@ � m a c a a« C C O] _ z a E _ Z 'N C m p Q1 N'- p U° C J U m N- W C a N C p C a y C T !� E c @ E E E a mmycam�aaimcpi�m. . a N c� Z O. N N N �a mvLNU���@pa'p �LL�UJ CE _N fmq OOl C .E C d> Q>@ LU w @@- U° U m N .�°, w O d d O U 'C C 0 N X 'C N a`m o yw$o wom30a@i° in e � U o O. `- N M V UO t0 I� mZ Z Z O D V) N 0- a w U z O U z (7 U) w O w H d y c � c Z c 0 U) Uw (V J U m Q Q CL F- CL H z LU 2 w (7 a z Q F- U) U) w m A WT C T Z5 ° r°�m o '� @ w 0 w 0 O m C a N° O +L+ o 0 a a N @_ c N N -O 9 N m @ @ N J c O1 p m 0 N 0.9 N C C N N O N N C S > > C O. @ m m @C@ N J -O N @ W J C @ p L°@ N@ N O C @ U Y a 0 L H a O ❑ o C m @ m C O U �' O o E c30ay U 0 O y y y E 0 0 0r 00 E2 Em a� ry O 0 00 "oE 15 C. E c2 E a @ a� . O > m$ ° ` 2m Na N p a mEN m >i O1O L 0 @ J 0 N E p d 2 `1 N Y N O> y oa 0 O O@ C m 0Y N C r N a =U N O) 3 C L E@ N� Eo o� M. N om cm �� 3ya°1E@0@a N ulca �o m a y of �@Ea nd E dY m Ya m E m O > ,G w rLn m y U C O N w y@ 0 N C a @ 0 O a y@ O Lo Sam d c'oarn�. o o y d om °ao as a Y @d d N C L N C O� N G @ N° 0 d iim�v@Yc @c n5L-.co'�@ @ .fit O O > F v F n 2 Q Q> O o :E U @ m m m y o C;ca o M2 E Y m o a m a a@ o 0 E E° J J J «a m wN E L o m 0 L o m 0 o C No N C S N am m J ymj m J a c Nam cJ a m y p N J O a J N c a J m .a om0--� gmm N J N J m @ N a N 0 N a y cn m U U C T C N aaa d °� as (� L "'� ❑� p d dda"@i EJQ and EJo-(jc'o'°a Q a C T Q O)O) mO m 0101 O_m m'-}, @ > > > > > N e v U!� aNSw > o @ m 0 > .� p � V O) y IV M v, .n C m r N m N a IL 2 O N N N N N E O 0 = N m O y cn <n m cn 0 O Q i Sunset Ridge Park Inspection/Maintenance Responsibilities for BMPs Inspection and maintenance of BMPs shall be implemented by the City of Newport Beach prior to completion of the Project. These responsibilities are presented in Table 4.10-7 for structural and non-structural BMPs. Upon final design of treatment -control BMPs, a similar matrix shall be developed that specifies maintenance responsibilities for treatment -control measures. The City of Newport Beach shall retain all maintenance records for a period of at least five years from the date generated. Those records shall be available for review by government agencies. The methods used for inspection and maintenance shall conform to the guidelines outlined in the Orange County Drainage Area Management Plan. TABLE 3 BMP INSPECTION AND MAINTENANCE RESPONSIBILITY MATRIX (From Appendix I of the EIR) BMP Reference No. BMP Responsibility Frequency S1 Provide Storm Drain Implemented and maintained by Initially done by contractor during System Stenciling and the City of Newport Beach. construction of the catch basins and Signage then repainted every 5 years. Inspect annually and repaint as necessary. S3 Use Efficient Irrigation Implemented and maintained by Monitor landscape irrigation areas Systems and Landscape the City of Newport Beach. weekly in conjunction with maintenance Design activities. S4 Protect Slopes and Implemented and maintained by Monitor and/or clean once a week, in Channels the City of Newport Beach. conjunction with maintenance activities. N1, N2 Education and Activity The City of Newport Beach will Continuous. Restrictions provide educational materials for park users regarding downstream water quality, as required. N3 Landscape Management Implemented by the City of Monthly review of landscape of Common Areas Newport Beach, which will maintenance and irrigation procedures provide ongoing maintenance of to ensure effectiveness. common areas consistent with County -approved water quality guidelines. N11 Common Area Litter Implemented and maintained by Weekly sweeping and trash pickup Control the City of Newport Beach. within landscape areas and outside walkways. Daily inspection of trash receptacles to ensure that lids are closed and any excess trash on the ground is picked up. N14 Catch Basin Inspection Implemented and maintained by Yearly to clean debris and silt in bottom the City of Newport Beach. of catch basins. Intensified around October 1 of each year prior to "first flush" storm. Nis Street Sweeping Implemented and maintained by Weekly vacuum sweeping. Intensified the City of Newport Beach. around October 1s' of each year prior to "first flush" storm. TC -Opt 1/2 Proprietary Control Implemented and maintained by Minimum 2 scheduled visits per year, Measure(s) the City of Newport Beach scheduled seasonally in the spring and and/or Manufacturer. fall. TC -Opt 1/2 Vegetated and Riparian Implemented and maintained by Monitor and/or clean once a week, in Bioswale; Bioretention the City of Newport Beach. conjunction with maintenance activities, Dry Creek as required. RAPrq.c Newp.ftWl6WMRP\MMRP-031610d.c A-7 Appendix CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 SUNSET RIDGE PARK CONTRACT NO. 3449 DATE: N3j CIyyrtrnpl er 2 j? BY: I ( wJ Public Works Director 1. Page 24 of Specifications, Contract Recitals, last sentence of Section B: Replace "... 30 -day plant establishment period followed by 60 -days maintenance ..." with "... 90 -day plant establishment period following by 365 -day maintenance period ..." 2. Notice Inviting Bids and Special Provisions SP 22 of 168 Section 7-15: Add "Bids from general contractors with an "A" license without a "C-27" license will be considered as long as the all of the landscape and irrigation improvements is completed by a subcontractor with a "C-27" license. 3. Proposal PR 4 of 4: Replace "Contractor shall submit a Schedule of Values attached to this proposal detailing cost breakdown of each bid item" with "The 1st, 2°d and 3rd low bid Contractors shall submit a Schedule of Values detailing cost breakdown of each bid item to the Public Works Department by December 3, 2013, 5:00 p.m." 4. Special Provisions SP 23 of 168 Section 9-3.1 Bid Item No. 1 Mobilization: Add" This bid item shall also includes the rental of temporary construction fencing. Contractor shall include a $6,000 allowance in this bid item for fence rental purposes. The City will enter into a separate agreement to install the temporary construction fencing in December 2013. This agreement will be transferred to the Contractor at the start of construction. Contractor will assume responsibility for any damanges to the temporary fencing for the duration of the contract." f:\users\pbw\shared\contracts\c3449 sunset ndge park\biddinrg phase\addendum #1\addendurn #i.doc L V EARTHWORK COLOR CUT(-) / FILL(+) AREA (SF) -30' to -12' -12' to -6' -6' to Y 33,166 49,773 226,778 0' to +6' 153,391 +6' to +12' +12' to +27' 60,196 10,055 PARK SITE EARTHWORK DUANTITY CUT 57,223 CY FILL 36,559 CY EXPORT 20,664 CY -EXPANSION INDEX = 0 CHAqNiC6CALE$CiAL.E j{ WL�D1 a.an f1.n.o nM 5. Special Provisions SP 152 of 168 Additional Special Provisions to Section 308: Replace "Turf and Slope Ground Cover Hydroseeding" with "Turf and Slope Ground Cover'. 6. Special Provisions SP 152 of 168 Part 1 Section 1.01 B: Replace "Hydro -seeded turf" with "Sodded turf'. 7. Special Provisions SP 162 of 168 Part 2 Section 2.02 E: Replace "Lawn Seed for Reseeding: Match existing lawn mix" with "Sodded turf: Match existing". 8. Special Provisions SP 165 of 168 Part 3 Section 3.04 E: Replace "Lawn Seed for Reseeding: Match existing lawn mix" with "Sodded turf: Match existing". 9. Special Provisions SP 32 of 168: Add the following section: 212-1.4.5 Sod and Stolons (turf grass). Add the following: "All turf grass shall be sodded turf as shown on the construction drawings." 10.Earthwork Exhibit: The earthwork exhibit is attached for your reference. 11.Mandatory Pre-bid Meeting Sign -in Sheet: The sign -in sheet is attached for your reference. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum is attached. I have carefully examined this Addendum and have i luded full payment in my Proposal. Bidder's N me (Please Pri t) `nR) 0 M dati thorize ignature & Title f:\users\pbw\shared\contracts\c3449 sunset ridge park\bidding phase\addendum #1%addandum #1.doc 0) v v M O z F- L) U 9 z O U 1 Y Q a W 0 ER 1- W z M U) 1 O 0 6 M 0 N O N N 0 ii O 0Y E 0 U co U n LL lT o '41H U v sCL pa �n N ``•1 Vo v ) �J � C J V �7 W v M C r C2 x Q —� J 5 f\ +j-- 6 s u � j 43 i ,_ 3 y V" CL ps T s IA QL j �j i~ m ca \ x. CO 1. n LL u� Nt v Cl) O Z F- U F- H Z O U I Y Q CL w 0 im FR F- LU U) Z_ I O O d) (�D M 0 N 0 N N .n 0 0 Z --j-- 60 N �V- O oIL a h Fo Lu 3 c, Z • • �' �• °' lL d' Iv r Z _4 xt c 0 E r - ca CL (D r) N Y O _U s U co O m 0 O CL 3 0 Z 0 a z WE MA 0 O Y E 0 E E O U w U X O Z a m � � V, o a S 0. N N Q u } Q E c Lu t 1.. c Y d ` t V N � L o. .1 �1 ,q 0 �1 E ti Z CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 12/24/13 Dept./Contact Received From: Date Completed: 1/8/14 Sent to: Company/Person required to have certificate: Type of contract: Vladimir Vladimir By: Chris Environmental Construction, Inc. All Others I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 7/16/13-7/16/14 A. INSURANCE COMPANY: Benchmark Insurance Company B. AM BEST RATING (A-: VII or greater): A -:VII C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D, LIMITS (Must be $1M or greater): What is limit provided? 1,000,000/2,000,000 E. ADDITIONAL INSURED ENDORSEMENT— please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 1/22/13-1122/14 A. INSURANCE COMPANY: Mid Century Insurance Company B. AM BEST RATING (A-: VII or greater) A:XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 2,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 3/1/13-3/1/14 A. INSURANCE COMPANY: National Union Fire Insurance Co Pittsburgh PA B. AM BEST RATING (A-: VII or greater): A:XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved 1/8/14 Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management x Subject to the terms of the contract. Date � t�FW POR T O d NEWPORT BEACH CA�lFORNP City Council Staff Report Agenda Item No. 6 December 10, 2013 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3330, dawebb@newportbeachca.gov PREPARED BY: Andy Tran, Senior Civil Engineer 949-644-3315, atran@newportbeachca.gov APPROVED: TITLE: Sunset Ridge Park - Award of Contract No. 3449 ARSTRACT- Staff has received favorable bids for the construction of Sunset Ridge Park (SRP) and is requesting City Council's approval to award the construction contract to Environmental Construction, Inc. of Woodland Hills California. RECOMMENDATION: 1. Approve the final park design and the project plans and specifications. 2. Award Contract No. 3449 to Environmental Construction, Inc., for the total bid amount of $5,214,820.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish a contingency of $520,000.00 (approximately 10%) to cover the cost of unforeseen work. 4. Terminate the Access Agreement between the City of Newport Beach and Newport Banning Ranch, LLC regarding Sunset Ridge Park approved by City Council on March 23, 2010. FUNDING REQUIREMENTS: The current adopted budget includes sufficient funding for the award of this contract. The following fund will be expensed: Account Description Account Number Amount Major Facilities Master Plan 7412-C5100515 $ 5,734,820.00 Total: $ 5,734,820.00 1 of 6 Sunset Ridge Park - Award of Contract No. 3449 December 10, 2013 Page 2 Staff recommends establishing a ten (10) percent contingency for unforeseen conditions associated with construction. Proposed uses are as follows: Vendor Purpose Amount Environmental Construction Construction Contract $ 5,214,820.00 Environmental Construction Construction Contingency $ 520,000.00 Total: $ 5,734,820.00 DISCUSSION: The City Council approved the original SRP design concept in June 2008, and the project Environmental Impact Report in March 2010. After approximately 3-1/2 years of working with the California Coastal Commission to obtain a coastal development permit, Coastal Development Permit 5-11-302 for SRP was issued on November 7, 2013. As part of this permit process, the original park concept was modified to remove the in -park parking lot and the proposed park assess road across the adjacent Banning Ranch Property. In addition, the majority of the park's landscape palette (other than the field areas) was modified to a California Coastal Sage Scrub palette. Due to these required changes to the park plans, staff is recommending City Council officially approve the final park design (Attachment B) and the project plans and specifications. During the development on the original SRP design, the City and Newport Banning Ranch LLC (NBR) negotiated and entered into an access agreement dated March 23, 2010 that would have provided for a 28 foot wide public access road to cross over NBR property to allow access to the park from West Coast Highway. This original park access road design was withdrawn during the coastal permitting process due to concerns raised on how it would fit into the future NBR development. As a result, the City modified the park design to be served from the existing parking lot on the northeast corner of West Coast Highway and Superior Avenue. The City and NBR also developed and recorded a replacement easement on June 4, 2013 providing for the necessary maintenance and emergency access to the park within the existing 16 foot wide service road. The original access agreement with NBR is no longer needed and staff is now requesting termination of that agreement. At 10:00 a.m. on November 27, 2013, the City Clerk opened and read the following bids for this project: 2 of Sunset Ridge Park - Award of Contract No. 3449 December 10, 2013 Page 3 BIDDER AS -BID AMOUNT Low Environmental Construction $ 5,215,476.00 2 Horizons Construction Co. $ 5,492,800.00 3 Kasa Construction $ 5,656,100.00 4 RC Graves Construction $ 5,769,524.00 5 Ohno Construction Co. $ 6,499,000.00 6 Los Angeles Engineering $ 6,791,625.00 7 Yakar $ 6,669,700.00 8 Mallcraft $ 7,095,900.00 9 Palp $ 7,264,375.00 10 Toby B. Hayward $ 7,553,853.01 CORRECTED AMOUNT $ 5,214,820.00 $ 5,492,799.00 $ 5,772,768.00 $ 6,934,700.00 The total low bid amount is 21% below the Engineer's Estimate of $6,600,000.00. The low bidder, Environmental Construction, Inc., possesses both California State Contractors License Classifications "A" and "C-27" as required by the project specifications. A check of the Contractor's references indicates they have satisfactorily completed similar projects for other municipalities. This contract involves constructing a new active park on a 13.7 acre undeveloped site at the northwest corner of West Coast Highway and Superior Avenue. Proposed improvements include the following: • Pony League Baseball Field • Two (2) Soccer Fields • Warm-up Field • Children's Play Area • Picnic Area • Restrooms • Memorial Butterfly Garden • Overlook Area with Trellis Structure • Meandering Walkways Pursuant to the Contract Specifications, the Contractor will have 180 consecutive working days to complete the project. ENVIRONMENTAL REVIEW: The Final Environmental Impact Report for the Sunset Ridge Park project was certified by City Council on March 10, 2010. 3 of Sunset Ridge Park - Award of Contract No. 3449 December 10, 2013 Page 4 NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). This project as undergone extensive public review and comments through the regulatory review and permitting process. Submitted by: '1910. 1114 avid A. Webb Public Works Director Attachments: A. Location Map B. Final Park Design 4 of s� 9 C� 2� s �1 VVE51 Attachment A PROJECT LOCATION _-" 4jINN TiFT7fT fTTr7 f f II 1 iH, 1 11 L iiiiii�ljLU� 1=1 TM -711 19TIT7 F17TTl SUNSET RIDGE PARK W�CO \. ►l T CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-3449 1 12/10/2013 5 of • s� �e r e c 'Vest Coast Highway SUNSET RIDGE PARK FINAL PARK DESIGN Attachment B S S _ •a .. d Prd`�o S�Pe`so� Mu CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-3449 12/10/2013 6 of Received After Agenda Printed CITY Ur- NEWPORT FNEWPORT BEACH �q,FoaN`" City Council Staff Report Agenda Item No. 6 December 10, 2013 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3311, dawebb(a)newportbeachca.gov PREPARED BY: Andy Tran, P.E., Senior Civil Engineer 949-644-3315, atran(a)newportbeachca.gov APPROVED: TITLE: Sunset Ridge Park - Award of Contract No. 3449 Supplemental Report On December 4, 2013, Horizons Construction Company International, Inc. (Horizons), the second low bidder, submitted the attached formal bid protest to the City with regard to the Sunset Ridge Park project. According to the protest letter from Horizons, the low bid submitted by Environmental Construction, Inc., (ECI) should be considered non-responsive due to irregularities in their bid. Horizons letter claims the bid submitted by ECI was missing the word "thousands" in the written bid amount; included two different signatures for the same name of the president; and failed to list subcontractors for material areas of work. Staff from the Public Works Department and City Attorney's Office reviewed the bid protest and do not agree with the claims submitted by Horizons. The missing word in the written bid amount is a minor irregularity and can be waived as such. The signatures on the bid submitted by ECI have been verified as legitimate. Staff contacted ECI and confirmed they intend to self -perform any work which is not being performed by one of the listed subcontractors. Staff also contacted the references provided by ECI for technical ability and experience and verified they have successfully completed projects of similar size and scope with other public agencies. For the reasons given above, staff recommends accepting the bid submitted by ECI as the lowest responsive and responsible bid and awarding the contract to ECI. Submitted Public Works Director Attachment: A. Letter of protest dated December 4, 2013 12/04/2013 16:31 FAX CONSTRUCTION CO., INTL. General Contracting and Engineering December 04, 2013 Attn: Mr. Andy Tran, P.E. Senior Civil Engineer City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Re: Sunset Ridge Park bid 1173 N. Patt St. Anaheim Ca 92801 TEL (714) 626-0000 FAX (714) 626-0006 License k 825022 IM0001/0002 Horizons Construction Company International, Inc ("Horizon") is submitting this letter in connection with its bid to the City of Newport Beach on the Sunset Ridge Park, Contract Number 3449 ("the Project"). Please consider this letter to serve as a formal protest of the award of the contract to any bidder other than Horizons. It is my understanding that the preliminary bid results show that the bidder Environmental Construction, Inc., ("BCI") submitted a purported bid for $5,215,476. Horizons requests a copy ofECPs bid, and all documents submitted by ECI in connection with the bidding procedure (including its subcontractor listing information). Under the California Public Records Act, bidders have the right to examine the bidding documents of the successful bidder. Gibbs & Hunt, California Construction Law § 2.02(G)(1). Horizons is .now exercising that right because Horizons suspects that there are irregularities in the bid of ECI. Horizons acknowledges that it was given an opportunity to view SCI's bid, but not make copies. Based on Horizons' limited and preliminary review, Horizons believes ECI's bid is non-responsive due to the following apparent reasons. Horizons reserves the right to supplement this protest with more facts upon receiving and reviewing the requested information: ECT wrote two different prices in its bid proposal. ECI wrote "Five Million, Two hundred fifteen and four hundred seventy six dollars" ECI also wrote "$5,215,476.00." Missing from the written out bid price was the word `thousands." This materially changes the bid amount. This is precisely the type of irregularity that may not be waived under the Public Contract Code. A public entity may waive an irregularity in a bid only if the irregularity is inconsequential. Ghilotti Construction Co. v. City of Richmond (1996) 45 Ca1.App.4th 397, 900. Inconsequential means the irregularity cannot affect the 12/04/2010 10:32 FAX G�f. 0002/0002 amount of the bid and cannot allow a bidder to walk away from the bid without waiving its bid bond. Valley Crest v. City Council (1996) 41 Ca1.AppAth 1432, 1442. See also MCM Const., Inc. v. City & County of San Francisco (1998) 66 Cal. App. 4`h 359, 373 (city was without power to waive irregularity where contractor failed to list dollar amounts of subcontractors). There are irregularities in the signatures. The bid and/or subcontractor listing appears to have two different signatures for the same name for the president. It appears to Horizons that the president did not sign both. The failure to sign a bid properly is also an irregularity that may not be waived. Menefee v. County of Fresno, 163 Cal. App. 3d 1175 (1985). The bid failed to list subcontractors for several material areas of work including roofing, landscaping, site utilities, site concrete, fire alarm, and fire sprinklers. Each of these areas will exceed '/2 of I% of the work, and subcontractors should have been listed pursuant to Public Contract Code sections 4104-4107. ECI is not legally permitted under either the specifications or California license laws to perform all of these areas. This letter is a formal protest against any award of the contract to a bidder other than Horizons. Horizons reserves the right to supplement this protest with additional facts after it receives the requested information. Horizons also requests notice pursuant to Government Code section 54954.1 of all meetings related to the award. Horizons ask to be faxed all staff reports or recommendations concerning this project as soon as they are available to the public. If this letter is insufficient to accomplish any of these purposes, please let us know immediately what else is required so we can comply. Please also consider this a request for all communications between ECI and the City in connection with any prior bids for the Project. If you need any further information, dont hesitate to contact me. Sincerely, —a-�� Hatem Ibrahim, President Horizons Construction Company. Cc: Armenak Kavcioglu, Attorney at Law. CO N STRU CTI O N License # 927544 December 6, 2013 City of Newport Beach Andy Tran, P.E. 100 Civic Center Drive Newport Beach, CA 92660 Project: Sunset Ridge Park, Project No. 3449 Subject: BID PROTEST Bid Date: November 27, 2013 -eived After Agenda Printed Dnda Item No. 6 10-13 This letter is in regards to the validity of the proposal and the capacity of the Apparent First Low Bidder, Environmental Construction, Inc., and the Apparent Second Bidder Horizons Construction Co. to perform the work. After careful review of the proposal, l discovered a few discrepancies and omissions which in tum, would deem the apparent low first bidder and apparent second low bidder, non-responsive. Public Contract Code section 4104 Specification in Bid of Information about Subcontractors, requires a general contractor when listing a subcontractor to list the Name and the Location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor. On page 9 Designation of Subcontractors, it clearly states to list the Name and business address and item of work. Environmental Construction failed in listing any subcontractors for the Modular Wall, therefore the contractor will self -perform this scope of the project. By signing page 9, Designation of Subcontractors, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of work. On 11/26/13 an email was sent from the City regarding the modular retaining wall making the product available to all pre-bid meeting attendees. That e-mail did not change the required qualifications on the Modular Wall which states on spec section 323223(02$30) Modular Concrete Retaining Wall page 2 of 11 Section 1.05 Quality Assurance A. Contractor shall submit certification, Prior to start of work, that the retaining wall system (modular concrete units and specific geosynthetic): 1. Has been successfully utilized on a minimum of five (5) similar projects that correspond in height, soil fill types, erection tolerances, etc.; and 2. Has been successfully installed on a minimum of 1 million square feet (93,000m2) of retaining walls. 316 N. Corona Ave., Ontario, CA 91764 Phone: 909.457.8260 / Fax: 909.457.8261 CONSTRUCTION License # 927544 B. Contractor shall submit a list of five (5) previously constructed projects of similar size and magnitude by the wall installer where the specific retaining wall system has been constructed successfully. Contact names and telephone numbers shall be listed for each project. C. Contractor shall provide evidence that the design engineer has a minimum of five years of documentable experience in the design for reinforced soil structures. The design engineer shall provide proof of current professional liability insurance with an aggregate coverage limit of not less than $1,000,000. The modular retaining wall requires the capacity and experience to install. It's not the same as installing a typical CMU block retaining wall. At bid time there was a multitude of qualified installers that provided a bid for this scope and Environmental has no excuse not to have listed a qualified installer. KASA Construction listed the specified Certified Installer Soil Retention Systems. This alone should render Environmental Construction Non -Responsive. The above stated discrepancies and omissions are major disqualification elements and of the rule that inconsequential irregularities may be waived if such a waiver would not provide the bidder with an unfair competitive advantage is moot. These discrepancies and omissions cause an immense unfair advantage to Environmental Construction and should not be considered for award. In any Public Contract unless specified a specialty item, which none were specified the Contractor shall perform or provide, with its own organization, contract labor, materials, and equipment amounting to at least (50) percent of the Contract Price. The apparent second low bidder listed 14 subcontractors with a combined total percentage amount of 58%. This alone renders Horizons Construction as non-compliant and should be deemed non-responsive. Furthermore, on page 4 of the Instructions to Bidders note 6. States, `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." Horizons wrote in Zero for many of the schedule bid items. This in tum makes the proposal invalid because per spec the wording shall prevail. This renders Horizons bid as non- responsive. KASA Construction respectfully requests that the City of Newport Beach considers the above findings and makes a fair determination in making Environmental Construction and Horizons Construction be deemed non-responsive. If there is any additional information needed, please do not hesitate to call me at the number below. KASA Construction has extensive experience in this line of work and is anxious to begin the project. 316 N. Corona Ave., Ontario, CA 91764 Phone: 909.457.8260 / Fax: 909.457.8261 CONSTF2U CTIED" Visit wvw-w.KASAconstruction.com Sincerely, 4.lcctor Zavala Estimator KASA Construction, Inc. C.c. City Clerk License # 927544 316 N. Corona Ave., Ontario, CA 91764 Phone: 909.457.8260 I Fax: 909.457.8261