Loading...
HomeMy WebLinkAboutC-1351 - Pump station & reservoir, Spyglass HillNOTICE OF CANCELLATION z Cancellation Notice mailed from LOS ANGELES CALIFORNIA Date of mailing of Cancellation Notice: AF-V ' 1974 e Policy Number: 11348 .113484 Effective date of cancellation: 12:01 A.M. Standard Time on AUGUST 26, 19 74 THIS NOTICE IS TO CITY OF NEWPORT BEACR CALIFORNIA:, CITY HALL 3300 NEWPORT BLVLD. NEWPORT BEACH, CALIFORNIA L J HARBOR INSURANCE COMPANY hereby gives you written notice in accordance with the conditions of the above policy of the cancella- tion of said policy issued to: L. G87 CONSTRUCTION CO., INC. P. 0. BOX 1 RIVERSIDE, CALIFORNIA 92502 By virtue of this notice, as issued to you, the policy specified above will be cancelled in its entirety as to all interests insured and all lia- bility of HARBOR INSURANCE COMPANY under said policy will cease at and from the effective date of cancellation specified above without further notice. If the premium has been paid, the excess of paid premium above the earned premium for the expired term, if not tendered herein, will he refunded on demand. if the premium has not been paid, a bill for the premium earned to the time of cancellation will be forwarded in due course. HARBOR INSURANCE COMPANY By '��:;• r' ORIGINAL' HU 8125.10 (ED. 8 -661 SM (6.71) J jy� + Form Approved: O.M.B. No. 41 -112764 FORM C- 700(SL) (11.20 -73) DUE DATE: 10 days after receipt a# form`' U.S. DEPARTMENT OF COMMERCE SOCIAL AND ECONOMIC STATISTICS ADMINISTRATION In any correspon ence pertaining tot is report, BUREAU OF THE CENSUS refer to the ...trot number shown below. CONSTRUCTION is PROJECT REPORT STATE AND LOCAL GOVERNMENTS )dpi um" INSTRUCTIONS Please complete and return this formi�h� by the date requested to the Census 7elwr Data Collection Center specified on the enclosed envelope. Please Read Reporting Instructions attached to the file copy before YOUR FILE COPY completing your report. CENSUS.,, VAL. OLD T/C NEW T/C FINAL WT. S. OR L. REFERRAL START DATE USE �SEL. T DATE ONLY Section A — PROJECT IDENTIFICATION The construction project described below is owned by your organization according to published sources. Please correct any errors or fill in any blanks in items 1 -4. If necessary, make your corrections in item 15, Remarks, or use a separate sheet. 1. PROJECT DESCRIPTION 3. OWNER a. Name -So) ts9 i 1ge1(tloM► > b. Mailing address — Number and street 3300 Newport Blvd. 2. PROJECT LOCATION C. City State ZIP code a cit D tow State "Ort Beach CA 92660 b. Number and street or site boundaries 4. NAME OF GENERAL CONTRACTOR oswft` 1& 10 111111W IN 51 Muir Beach Circle Section B — OWNERSHIP AND START DATE 5. TYPE OF Is this project — ❑ State Government or Agency OWNERSHIP Federal Government or Agency (Mark (X) one bo :)� (] Privately owned OR Owned by: El 9 FXI Local Government or Agency 6. START DATE If site preparation is If site preparation is underway Month and year of actual or OF completed or none was or will start later, enter start expected start date CONSTRUCTION required, enter start OR date for site preparation or date for structure structure (fixed works), Nov.. 1972 (fixed works) only. whichever comes first. Section C — COST ESTIMATES — (See Definitions of Construction in Reporting Instructions attached to Your File Copy.) 7. CONSTRUCTION INCLUDE: COST • Site preparation if presently underway or will be done later • Amount to be paid to all contractors and subcontractors • Construction materials furnished by owner • All work to be done by project owner's own employees assigned to project EXCLUDE: • Land and pre - existing buildings CONSTRUCTION • Machinery and production equipment COST OF PROJECT • Contingency funds (Thousands of dollars) e Furniture, furnishings, or other movable equipment • Site preparation if completed NOTE: If project is on a "cost plus" basis, enter your best estimate of the final cost $ 295 8. ARCHITECTURAL, INCLUDE: ENGINEERING, • All fees for architectural and engineering services except fees for ARCHITECTURAL, AND designing machinery and production equipment. If contractor was ENGINEERING, AND MISCELLANEOUS authorized to "design and construct" this project, such cost should MISCELLANEOUS COSTS be included in item 7. COSTS • Cost of design work by owner's staff (Thousands of dollars) • Project owner's overhead and office costs • Interest and taxes to be paid during construction • Fees and other miscellaneous costs allocated on owner's books $ 24 9. TOTAL ESTIMATED COST — Enter the sum of items 7 and 8 $ 319 Continue with Section D on reverse side. A a6 ►`7 Alk Section 0 — CHARACTERISTIC?W NINE 10. How many square feet of enclosed floor area (including basements), based on exterior Square feet dimensions, will be created by the project described in item I? Exclude existing floor "O." D space that is being remodeled. If none, enter 11. Is this project an addition Mark (X) for If "YES" how many — TO or O new — each item (a —e) (Report physical capacity for the addition or new facility only. Do NOT report for Number NO YES existing floor space that is being remodeled) 1 2 a. Dormitory? X Students will this facility accommodate? 3 4 b. Classroom building? X Students will this facility accommodate? c- Hospital, rest home, clinic, 5 6 Beds is this facility designed to sanatorium, etc.? X accommodate? d, Hotel or Motel? 7 V e Guest rooms will be in this facility? e. Recreational or amusement s o building? X Persons will this facility accommodate? 12a. What will be the major t Electricity 3 Q Oil s Q Other (Specify) type of heating fuel for this project? 2 i Gas 4 O Coal 6 (1 None or not applicable b. (1) Will this project have central (2) What will be the major type of fuel for the air conditioning? air conditioning? 10 Electricity 2 F-1 Gas 1 EkNO 2 ❑ YES 3 ❑ Other (Specify) Section E — MONTHLY CONSTRUCTION PROGRESS REPORT .Report the value of construction put in place each month. Include only those construction costs defined in item 7. Do NOT include costs reported in item 8. If actual figures are not available, report your best estimates. • Report costs in the month in which the work was done rather than in the month in which payment is made. •Include in each month's reported value any monthly retainage being withheld from the contractors. *This form will be returned to you each month until the project is completed. When project is completed enter month and year in item 14. .In the December 1973 space below, enter a cumulative figure for the value of work done for all months from the start date shown in item 6 through December 31, 1973. Thereafter, enter monthly figures. *Continue with item 13 if project has started; otherwise skip to section F. 13. MONTHLY VALUE OF CONSTRUCTION PUT IN PLACE ON PROJECT DESCRIBED IN ITEM 1 Value of .construction. Value of, construction Value of construction Yeer-a08 month- put5n - "p'7a "m8'nfh Year and rtiou[Ir " put in place during month - Year and me I. place during luoUdl of report period (as defined in item 7) of report period (as defined in item 7) of report per ad (as defined in item 7) (Thousands of dollars) (Thousands of dollars) (Thousands of dollars) (a) (b) (a) (b) (a) (b) From start of construction September July through — December1973 $ is 1974 October August January November 1975 September February December October March January November 1974 April February December May 1975 March January June April February 1976 July May March August June April 14. COMPLETION Enter completion date when construction jMonth and year of completion DATE is actually completed. i 15. REMARKS Section F — PERSON TO CONTACT REGARDING THIS REPORT — Please print ar type 16a. Name b. Title e. Telep one Area code Number Ezlension William B. Dye Design Engineer -114 1 d. Organization e. Address (if different from address label) Public Works Department City New rt Beach FORM C- 700(5L) 01.20 -73) k i DC A I O REPORTING INSTRUCTIONS FOR STATE AND LOCAL PROJECTS Correct any information in items 1 through 4 if necesaary::- Item 1 - Describes the construction project for which data are to be reported. Limit your reporting to this project only, even though it may be part of a larger project. Correct the description if necessary. This survey covers only new construction and /or additions and alterations. If the project described is only for maintenance and repairs, indicate this in item 15, Remarks, complete item 16, and return the form. NO- Item 2 — If a street address is not applicable, as may occur in the case of a new building at a univer- sity , indicate the general area of the new building (e.g., ABC university campus). 3., -Make corrections as necessary. 111� Item 4 — If this item is blank, enter the name(s) of the general contractor(s). 1110- Item 5 — Mark (X) the box which describes the owner- ship of this project during the construction phase. 111� Item 6 — The start date is the date that work first began on the project described in item 1 by either the contractor's employees or the owner's employees. Do not include work that may have started on an earlier phase of the project. Ob. Item 7 — Enter the total estimated construction cost for this project. Include only the costs for those items listed. NO- Item 8 — Enter the total architectural, engineering, and miscellaneous costs for this project. Include only the costs for those items listed. 111� Item 9 — Enter the sum of items 7 and 8. 111� Item 10 — Enter the total number of square feet of enclosed floor area, based on exterior dimensions, to 110- Item 11 — Mark (X) "YES" or "NO" for each part of this item. If "YES" to any part, report physical capacity in space provided. 1111� Item 12 — Mark (X) the appropriate box for each part of this item. 110- Item 13 — Report only the monthly value of construc- tion put in place for the items listed in item 7.' ~::Include in each monthly figure: d. The value of construction put in place by con- tractors and /or subcontractors, including any retainage being withheld from the contractors. Be sure to report costs in the month in which work was done rather than in the month in which payment is made. If the contractor bills are for periods longer than one month, estimate each month's amount. b. The current market cost of any materials installed which were provided or produced by the owner. C. The cost of work done by the project owner's own forces, including charges for labor, materials used, and rental of construction equipment. Do not report the architectural, engineering, and miscellaneous costs listed in item 8. When construction is completed, progress estimates should have been reported for all months from the start of construction to completion, including months for which there was no construction. The sum of these monthly value in place construction estimates is not necessarily expected to agree with the preliminary cost estimate entered in item 7. No, Item 14 —Enter the date that work was completed at the site. If construction is complete except for some minor finishing work (up to 3 percent of the total construc- tion cost), you may discontinue reporting on this project by indicating in item 15, Remarks, the value of work remaining and the probable completion date. 11� Item 15 — Make entries as necessary. 11� Item 16 — Enter the name, title, address, and tele- phone number of the person who can answer questions about the report. DEFINITIONS OF CONSTRUCTION 1. Construction, for purposes of this survey, is defined as the erection of and /or improvements to fixed structures or works. This INCLUDES: e. New buildings and additions and alterations to existing buildings. b. Fixed works, such as dams, reservoirs, piers, bridges, roadways, and sewer and water facilities. C. Auxiliary facilities built into or fixed to the land, such as parking lots, swimming pools, outdoor lighting, airport.runways and sidewalks. d. Mechanical installations — plumbing, heating, electrical work, elevators, escalators, central air conditioning, etc. No. 2. The following types of activities are EXCLUDED from this survey — a. Cost of land and pre - existing buildings. b. Maintenance and repairs to fixed structures or works. e. All machinery and production equipment items not specifically covered by the definitions, such as industrial machinery, printing presses, stamping machines, and packaging machines; also special Fequipment designed to prepare the structure for a specific use, such as lockers in school buildings, beds or X -ray machines in hospitals, and display cases and shelving in stores. d. Designing costs for machinery and equipment. e. Furnishing and erecting fixed, largely site fabri- cated equipment which is not housed in a building, e. Furniture, furnishings or other movable equipment, such as outside structures at power and heating plants and sewage treatment plants. I. Contingency funds. The amount should be excluded from items 7, 8 and 9, but, if ultimately used, should I. Site preparation — clearing and grading of unde- be included in item 13 for the respective month(s) veloped land. that work was put in place. NOTE: If the site preparation currently being done is for a possible future expansion of the project, include that work as part of the current project. FORM C-700(SL) (11- 20 -73) USCOMM -OC r TC.700(SL).L3 (1 -74) Gentlemen: U.S. DEPARAT OF COMMERCE Social and Economic Statistics Administration BUREAU OF THE CENSUS Washington, D.C. 20233 OFFICE OF THE DIRECTOR The Bureau of the Census is responsible for producing official Government statistics for both private and public construction activity. Since these expenditures represent more than 10 per- cent of the Gross National Product, it is important that accurate information be compiled. As part of our data collection program, we are sending you the enclosed Form G- 700(SL), "Construction Project Report," to obtain basic information about a construction project owned by your organization. On the front of this form, please verify the project description and location, and report the total estimated cost of the project. On the reverse side, fill in the items concerning the project characteristics, and enter the total value of con- struction put in place through December 1973, and the value of construction put in place each month since December 1973. There- after, we will ask you to report a single figure each month for the construction value put in place until the project is completed. I£ the information requested is not available, reasonable estimates are acceptable. We suggest that the report form be filled out by the person who receives and validates incoming construction bills for the project. If the project specified in item 1 was completed Please complete and return the original copy of Form C- 700(SL) within 10 days, using the enclosed envelope. A file copy is also enclosed for your records. Your cooperation. in this matter will be greatly appreciated. Sincerely, VINCENT P. BARABBA Director Bureau of the Census Enclosures USGOMM -Oc OIL' YO GCi[� JNfY?[Mp�OT� February 19, 1974 TO: FINANCE DIRECTOR FROM: Public Works Department SUBJECT: SPYGLASS HILL RESERVOIR,.0 -1351 Following is a summary of the amounts to be billed on the subject project: _. _.:,.. Original Contract 5294,100.00 Extras to Date __,._ 1,314.53 . Contract to Date $295,414.53 Contract Amount Due From Developer $258,808.00 Extras Due From Developer 1,156.78 Total Amount Due From Developer $259,964.78* Less Previous Billings 249,719.82 Amount Due This Billing $ 10,244.96 *88% of Contract to Date _ The above noted amount is to be billed to Spyglass Hill, Attention: James C. Waples, P. 0. Box 2140, Newport Beach, CA 92663. A copy of the filed Notice of Completion is attached for trans- mittal to Spyglass Hill with their final billing. The City Clerk should be notified upon payment of this final billing and verification that all prior billings have been paid to release Letter of Credit Number 1C -6185 dated October 23, 1972 to John D. Lusk and Son. Bill Dye Project Engineer WBD:jfd Att. February 13, 1474 E. L. Yeager Constrietim Co., Inc. P. 0. Box 87 Riverside, CA 92602 Subject: Surety : The Travellers Indemnity Company Bands No. : 1860485 Project : Spyglass Hill Reservoir Contract No.: 1351 The City Council on January 28, 1974 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Oompletion has been filed. Aotice of Oompletion was filed with the Grange County Receader on January 31, 1974, in Book No. 11067, Pap 601. Please natily your surety company that bonds may be released 35 days after recording date. Laura Lagios, CHC City Mark LL:awk k¢nc. co: Public Works Department, w1 copy NC whecoxding information RECORDING REQUESTED BY AND MAIL TO City of Newport Beach Laura Lagios, City Clerk 3300 Newport Blvd. Newport Beach, CA 92660 22625 FREE NOTICE OF COMPLETION PUBLIC WORKS ,r BK 11067PG 601 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. .IAN 311974 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on January 18, 1973 the Public Works project consisting of Spyglass Hill Reservoir on which E. L. Ye, was the contractor, and was the surety, was completed. VERI I, the undersigned, say: CITY OF NEWPORT BEACH I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 29, 1974 I, the undersigned, at Newport Beach, California. I am the City Clerk of the City of Newport Beach; the City Council of said City on January 28, 1974 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 29, 1974 at Newport Beach, California. 79 r Y_ j CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: � T29, 10; Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of spygime ara,I R"ervofr Contract No. —3:953;— on which g, . L, ysagar flnnatnk.P . [h was the Contractor and The e1sn, inert{ was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. Date 1lovedw 13, 1972 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1361 Project bill Aeser"Ar we tlays Lee Attached *signed copit of subject contract for transmittal to the contractor. Contractor: E. L. Yeager Cwat:votiM OD., I=- Address: p. 0. Sox 07, Riveavide, CA 92602 Amount: $ 294,100.00 Effective Date: 11 -10-72 Resolution No. 7847 Laura Lagios LL-dg Att. cc: Finance Department Q CERTIFICATE OF INSURANI Certificate Holder: CITY OF NEWPORT BEACH CALIFORNIA D"= 10/31172 CITY HALL 3300 NEWPORT BLVD. NMJym BEACH, CALIFORNIA Name of Insured: E. L- yYEAGER CONSTRUCTION CO., INC. P. 0. BOX 87 RIVERSIDE, CALIFORNIA 92502 THIS CERTIFIES THAT THE INSUREDS NAMED ABOVE ARE INSURED FOR: I. COMPREHENSIVE GENERAL LIABILITY insuring ALL OPERATIONS: including Automobile under the following policies covering the liability imposed by law or assumed under cone #t, as defined in the policies, for Bodily Injury to persons or Damage to Property of others. Term of insurance: 8/1/72 to 8/1/75 COMPANY AND POLICY NUMBERS BODILY INJURY AND /OR PROPERTY DAMAGE HARBOR INSURANCE COMPANY 113483, 113484 Comprehensive General Bodily Injury Liability $250,000. ea. person $500,000. ea. accident $500,000. aggregate Products Comprehensive General Property Damage Liability $100,000. ea. accident $500,000. aggregate Protective $500,000. aggregate Products _ $500,000. aggregate Contractual It is agreed and understood that the CITY OF NEWPORT BEACH CALIFORNIA is hereby added as an additional insured under the above policy, but only as respect operations of E. L. YEAGER CONSTRUCTION CO., INC. in connection with, Spyglass Hill Reservoir (1.5 MG) Contract #C -1351. II. WORKMEN'S COMPENSATION Term of insurance: 10/1/72 to 10/1/73 COMPANY AND POLICY NUMBER STATUTORY INDUSTRIAL INDEMNITY CO. CB 606 -2553 "It is hereby understood and agreed that the policies to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall Newport Beach, California, of a registered written notice of such cancellation or III• reduction in coverage." In event the above policies be cancelled, assigned or the amount of coverage reduced during the polity term, the under- ( ) DAYS' written notice to the above named holder of this CERTIFICATE. Policies arranged through BAIL � PAT7E,, 1 I !/ �� AUTHORIZ ED siagATURK � Address inquiries to: BAILEY H. PATTERSON, INC., P. O. BOX 391, Riverside, California 92502 PHONES: (714) 6833300 or (213) 628 -4053 4f ERTIFICATE OF INSURANCb Certificate Holder: Cln (W NEWPORT BBACH MZFMIA Oft- 10/31/72 Cny HALL 3300 T $LVD. Name of Insured: NEWPORT BUCK, CALIFOIWIA B. L. YIIAGHR CONSTRUCTION Co., WC. P. 0. BOX 87 RI>iIItgIDS, CALI"RNIA 92502 CERTIFIES THAT THE INSUREDS NAMED ABOVE ARE INSURED FOR: I. COMPREHENSIVE GENERAL LIABILITY insuring ALL OPERATIONS including Automobile under the following policies covering the liability imposed by law or assumed under conthkt, as defined in the policies, for Bodily Injury to persons or Damage to Property of others. Term of insurance: 8/1/72 to 8/1/75 COMPANY AND POLICY NUMBERS HARBOR, INSURANCE COMPANY 113483, 113484 Comprehensive General Bodily Injury Liability Comprehensive General Property Damage Liability BODILY INJURY AND /OR PROPERTY DAMAGE $250,000. $500,000. $500,000. $100,000. $500,000. $500,000. ea. person ea. accident aggregate Products ea. accident aggregate Protective aggregate Products' It is agreed and understood that the CITY OF NEWPORT SUCH GLIPORNIA is hereby added as an additional insured under the above policy, but only as respect operations of S. L. TRACER CONSTRUCTION CO., INC. in connection with, Spyglass Hill Reservoir (1.5 N3) Contract fC -1351. II. WORKMEN'S COMPENSATION Term of insurance: 10/1172 to 10/1/73 COMPANY AND POLICY NUMBER STATUTORY INWSTRM INDEMNITY CO. CB 606 -2553 volt is hereby understood and agreed that the policies to which this certificate refers. may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall III Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage." In event the above policies be cancelled, assigned or the amount of coverage reduced during the policy term, the under- signed will endeavor to give ( ) DAYS' written notice to the above named holder of this CERTIFICATE Policies arranged through BA�LILE". PATTE N, I ! AWTHORRab BION TYRE Address inquiries to: BAILEY H. PATTERSON, INC.; P. O. BOX 391, Riverside, California 92502 PHONES: (714) 683 -3300 or (213) 6284053 TELEPHONE (714) 6845960 CC 10ENGINEERA and- CGNFTRL' RIVERSIDE. CALIF 725( October 30, 1972 City of Newport Beach California 3300 Newport Blvd. Newport Beach, Calif. 92660 Gentlemen: 0 P. O. BOX 87 Re: Spyglass Hill Reservoir C -1351 Enclosed please find the following executed documents: I. Four copies of contract 2. Material and Labor Bond 3. Certificates of insurance As per your written request the City of Newport has been named as an additional insured on the public liability and property damage insurance. The endorsements you have requested in conjunction with PL and PD have also been executed. A signed certification regarding workmen's compensation has been included, as per your request. We understand you will date, sign and return one copy of the contract for our files. Thank you fors{ortunity of working with you on the project. RECEIVED PUBLIC WORKS NOV 1 19721.. Cliy OF NEWPORT BEACH, CALIF. Very truly yours, E. L. YEAGER CONSTRUCTION OD.,INC. EEY:Iw ----i 1 Vice Presi TELEPHONE 694.5360 L90 LJv t3 +9(3'.� `yVISV aJ� V ly d1 iSVt3�1 `�.. ENGINEERS and CGN�TRUI - -:: ERSIDE, CALIF 94507 ;A c� P October 30, 1972 City of Newport Beach California 3300 Newport Blvd. Newport Beach, Calif. 92660 C+entisaen: td! Poe: Spyglass Hill Poservoir C -1351 Enclosed please find the following executed documents: I. Four copies of Contract 2. Material and Labor Band 3. Certificates of Insurance As per your written request the City of Newport has been named as an additional insured on the public liability and property damage insurance. The endorsements you have requested in conjunction with PL and PD have also been executed. A signed certification regarding workmen's compensation has been included, as per your request. We understand you will date, sign and return one copy of the Contract for our files. Thank you for the opportunity of working with you on the project. RECEIVED PUBLIC WORKS fq 0'l 1 10726, CITY OF \� NEWPORT "EACH, CALIF. ELY.: it Very truly yours, E. L. YEAGER 00INST14=1011 CD.,INC, E. E. Yeager ytce PresIdo 0 0 November 6, 1972 TO: CITY CLERK FROM: Public Works Department SUBJECT: SPYGLASS HILL RESERVOIR (1.5MG) - Contract No. C -1351 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certifi- cates, and return the remaining copies to our department. William B. Dy7 Project Engineer WBD:hh Att. I -I .:ENGINEERS a4-CON#STRU( RIVERSIDE, CALIF. 92502 Oct. 30, 1972 City of Newport Beach 3380 Newport Blvd. Newport 8*acb/ Ca. 92000 �� �� �� Re: Spyglass Hi|| Reservoir (|.51`4G} Contract No. C-1351 Certification regarding workmen's compensation Insurance » | am aware of and will comply with Section 3700 of the Labor Cude, requiriog overy omy|oyer to be insured against liability for workmen's compensation or to undertake se|f- insurance before commencing any of the work". . E. L. Yeager Construction Co.,Inc. E. Yea�qer EEY: lw TELEPHONE (714) 684 -3360 9 ENGINEERS and-COMTRU ""-� RIV RSIDE, CALIF. 9460 Oct. 30, 1972 1* City of Newport Beach 3300 Newport Blvd. Newport Beach, Ca. 92660 Re: Spyglass Hill Reservoir (1.5MG) Contract No. C -1351 Certification regarding workmen's compensation Insurance r 1 " 1 am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for workmen's compensation or to undertake self - insurance before commencing any of the work ".. E. L. Yeager Construction Co.,lnc. r�— — E. Yeager Vice Preside t EEY:Iw , P. O. BOX 87 CITY CLERK CONTRACT NO. C -1351 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR SPYGLASS HILL RESERVOIR (1.5 MG) 0 0 CONTRACT NO. C -1351 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR SPYGLASS HILL RESERVOIR (1.5 MG) Approved by the City Council this //-2Z day of SE^6E4fa 7? SUBMITTED BY: E. L. Yeager Construction Company, Inc. Contractor P. 0. Box 87 Riverside, CA 92502 Address City Zip 714 - 684 -5360 Phone $2941100 00 Total Bid Price 0 Page CITY OF NE:IPO "T BEACH, CALIFORNIA NOTICE INVITING BIDS 2IUS will be received at.the office of the City Clerk, City Hall, Nielaport Beach, California, until 10:00 A.M. on the 10th day of October , 1972 , ' at. which tii&, th ^y will be opened and read, for performing work as follows: SPYGLASS HILL RESERVOIR (1.5 MG) CONTRACT NO. 1351 ' Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. ' Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City o; Newport Beach, for an amount equal to at least 10 percent of the ' amount bid. Iiie title of the project and the words "SEALED BID" shall be clearly marked on the ' outside of the envelope containing the bid. Tne contract documents that must be completed, executed, and returned in the sealed bid are: ' A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or ' Tice President and Secretary or Assistant Secretary are required and the Corporate Sea! shall b2 affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. ' PI. bids gill be. accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One se,t of plans and contract documents, including special provisions, may be obtained at t; Public idorks Department, City Hall, Newport Beach, California, at no cost to ' licensed contractors. It is requested that the plans and contract documents be returned 2 weeks after the bid opening. ' (coat.} • 0 Page la 10 city has edoptai the Standard SpacHications for Public !forks Construction (00 edition and supplements ) as prepared by the Southern California Chapters of the li:,ican Public :-forks Association and the Associated General Contractors of America. Cod a may.12 obtained From Building News, Inc., 3055 Overland Avenue, Los Angeles, California 9 +9034, (213) 870 -9371. Tho city has adopted Standard Special Provisions and Standard Drawings. Copies of those are available at the Public Works Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Coda (Sections 1770 et seq.), the City Council of the City of Newport Beach has as;rtained the general prevailing rate of per diem wages in the locality in which the work in to be performed for each craft, classification, or type of workman or mechanic neeed to execute the contract and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the My Clark. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). Tho city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 5 -12 -72 Page 2 ' All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of 'a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. ' The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. ' The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. ' The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. ' Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 140069 Classification A & B1 Accompanying this proposal is Bidder's Bond Cash, Certified Check, Cashiers Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract- 714-684-5360 Phone Number 10 -10 -72 Date E. L. Yeager Construction Company, Inc. ;Bidder's Name S/ Julian W. Powers (SEAL) uthorized Signature Authorized gignature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: J. S. Yeager, President R. A. Yeager, Secretary and Treasurer Julian W. Powers, Asst. Secretary E. L. Yeager Construction Company, Inc. Bidder's ame , -S/ Julian W. Powers Authorized ignature Corporation Type of rgan zat on (Individual, Co- partnership or Corp) P. 0, Box 87, Riversiess de, CA_ 92502 Ad r Page 3 ' DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid., subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon ' the prior approval of the Engineer. Item of Work Sub - contractor Address ' 1. PVC Lining Pacific Lining India ' 2.. Prestressing BBR Prestressed Tank Inca El Cajon 3. R. E. Steel Soule Santa Ana 4. Damproofing Federal.Roof Los Angeles 5. Electrical Service Electric Riverside 6. Landscaping Omega Landscaping Santa Ana 1 ' 8. ' 9. 10. - 11. 1 12, E. L. Yeager Construction Company, Inc. Bidder's ame , -S/ Julian W. Powers Authorized ignature Corporation Type of rgan zat on (Individual, Co- partnership or Corp) P. 0, Box 87, Riversiess de, CA_ 92502 Ad r FOR#IGINAL SEE CITY CLERK'S FILE C Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, E. L. Yeager Construction Company, Inc. as Principal, and The Travelers Indemnity Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent of the amount bid Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of ass Hill Reservoir (1.5MG) Contract No. 1351 in the City of Newport Beach, is accepted by the City Council, of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that, said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 10 day of October , lg 72 , Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) E. L. Yeager Construction Company, Inc. Principal S/ Julian W. Powers THE TRAVELERS INDEMNITY COMPANY Surety By S/ Donna E. Taylor Title Attorney in Fact . .. _'T � ..+.'.. 4 '.._:..:^ a . �.'�....• a i��... —��' 11 11 11 II 1 r 0 0 Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement.with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any: person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 10 day of October , 19 72 . My commission exp)res: Oct. 29, 1972 Seal Attached E. L. Yeager Construction Company, Inc. S/ Julian W. Powers Asst. Secretary S/ Linda L. Thomas Notary Public IOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 6 'STATEMENT OF FINANCIAL RESPONSIBILITY The-undersigned submits herewith a statement of his financial responsibility. On file with City Clerk 0 E. L. Yeager Construction Company, Inc. igne S/ Julian W. Powers YEAR TYPE OF WORK CONTRACT AMOUNT LOCATION OF WORK AND FOR WHOM PERFORDiED 1969 Grading- Paving 170511.00 City of Redlands Tennessee Street. 1969 Grading- Concrete - Paving 1820100.00 City of Riverside Chicago Ave Widening, 1969 Grading- Concrete - Paving 165,000.00 City of Victorville Various Streets 1969 Grading- Concrete - Paving 36,854.00 City of Palm Springs Assessment Dist. 95 1969 Grading - Concrete- Paving 119,758.00 County of San Bernard' Baseline Avenue 1969 Grading- Concrete - Paving 107,868.00 City of Riverside Central Avenue 1969 Grading- Concrete - Paving 270853.00 County of Riverside Tilton Avenue 1969 Grading- Concrete - Paving 489490.00 City of Perris "D" St $ Perris Blvd.; 1969 Grading- Structure- Paving 50600,000.00 State of California Essex 09 Grading -Rip Rap- Paving 1,2580000.00 State of California Piru 1969 Grading- Channel - Paving 1730668.00 San Bernardino Co. Flood Control Dist. Cypress 1969 Grading- Structure - Paving 4790000.00 State of California Thermal, California 1969 Grading- Paving 256000.00 State of California Mountain Center i YEAR TYPE OF WORK 1970 Grading- Concrete - Paving LOCATION OF WORK AND CONTRACT AMOUNT FOR WHOM PERFORMED 83,097.00 City.of Fontana Assessment Dist. 9 1970 Grading - Concrete- Paving 16,062,00 City of Palm Springs Andreas Street 1970 Grading- Paving 10,960.00 County of San Bdno Barstow- Adelanto 1970 Grading- Structure - Paving 1,388,920.00 State of California Beaumont Grading- Paving 60,497.00 County of Riverside �70 Agua Mansa Road 1970 Grading 409,990.00 Coachella Valley Co. Water District 1970 Grading- Paving 14,180.00 City of Palm Springs Tamarisk Road 1970 Grading 66,506.00 State of California San Timoteo Creek 1970 Grading 268,554.00 State of California Bonnie Canyon 1970 Grading- Structure - Paving 11,693,074.00 State of California Mountain Springs 1170 Grading - Structure- Paving 2,759,064.00 State of California Little Lake 1970 Grading- Structure - Paving 3,350,980.00 State of California Ontario Widening 1970 Grading- Structure - Paving 2,061,261.00 State of California Cabazon 1970 Grading- Structure- Paving 673,863.00 County of Riverside San Sevaine 1970 Grading- Structure - Paving 147,282.00 Colton Industrial Par] �70 Grading- Structure - Paving 2,472,076.41 State of California Victorville 1970 Paving 210,640.00 State of California . Various locations 1970 Paving 914,314.00 State of California Various locations 1970 Grading - Concrete - Paving 511,347.00 State of California Apple Valley YEAR TYPE OF WORK 1970 Grading- Structure - Paving 1970 Grading- Concrete - Paving 1970 Paving 1970 Grading- Concrete- Paving Ii f• 10 CONTRACT AMOUNT 252;484.00 68,508.00 123,563.00 295,320.00 FOR WHOM PERFORMED State of California Big Bear State of California Montclair City of Riverside Various locations City of Colton Redevelopment 'YEAR TYPE OF WORK 1971 Grading & Paving 1971 Grading & Paving 1971 Grading & Paving 1971 Grading & Paving 1971 Grading, Concrete & Paving Dillon Road 1971 Excavating Channel & Rip Rap 1971 Concrete Bridge 1971 Drainage & Alignment 1971 Guardrail 1971 Grading, Concrete Paving 14 Grading & Paving C0NTRACT APOWIT FOR 1•11110!1 PERFOR!1ED ' 177,624.00 i County of Riverside Dillon Road 83,500.00 City of Palm Springs Bogie Road 34,100.00 City of Redlands Bellevue Avenue 121,908.00 County of San Bernardino Chino Airpoet 327,105.00 City of Riverside Lime Street 740,923.00 Coachella Valley County Hater District 137,838.00 State of California Indian Avenue 73,411.00 State of California Highway 18, Vi'ctorville 122,650.00 State of California Redlands 60,237.00 Riverside Co. Flood Dist. Rathke Channel -204,089.00 U. S. Navy 29 Palms 0 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Reservoir Year Prestressing Reservoir Person to Telephone Capacity Completed Contractor Owner Contact Number 3M 1972 City of Ontario Mr, Heinsoo 714 -986 -1151 City Engineer ' Name of Proposed Superintendent: Jack Nannes ' Summary of proposed Superintendent's experience: Project Descripi:ion Year ' (Contractor, Prestresser, Owner, Reservoir Capacity) Completed Position 1 ' E. L. YEAGER CONSTRUCTION CO.,INC. ' Bidder's Authorized Signature: S /Julian W, Powers t(cont.) Page 7a TECHNICAL ABILITY AND EXPERIENCE REFERENCES, CONT. Name and address of proposed prestressing firm: + BBR Prestressed Tanks, Inc. P. 0. Box 696 E1 Cajon, CA 92020 For Whom Performed Reservoir (Give Name and Address of) Person to Telephone Capacity Year Completed (Owner and Prime Contractor) Contact Number Refer to technical brochure and statement inside front cover (On file with City Clerk). BBR Prestressed Tanks, Inc. S/ M. J. Dykmans, President Authorized Signature Prestressing Firm - ., CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPYGLASS HILL RESERVOIR (1.5 MG) CONTRACT NO. 1351 ADDENDUM NO. l Make the Following Revisions to the Special Provisions: Section II Qualifications of Bidders Delete the second sentence and substitute the following: "To qualify as a responsible bidder, the Contractor shall have a successful performance record in reinforced con- crete reservoir or tank construction ". In the third sentence, following "Prestressing Contractor" add "if applicable ". Please show date of receipt of this addendum on the proposal or insert a copy with your proposal. ov t �; 0��- 4: �o )/ Benjamin B. Nolan Assistant Public Works Director BBN:WBD:hh Contractor: E. L. Yeager Construction Company, Inc. Authorized Signature:_ S/ Julian W. Powers Date Received: 9 -26-72 0 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That 1?6&) 49,�- Page 8 PREMIUM CHARGED IS INCLUDED IM CHARGE FOR PERFORMANCE BOND. WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted October 24, 1972 has awarded to E. L. Yeager Construction Company; Inc hereinafter designated as the "Principal ", a contract for Spyglass Hill-Reservoir (1.5 MG) Contract No. C -1351 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a.bond.with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for,.or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We as Principal, hereinafter designated as the Contractor and tThe Travelers Indemnity Company 'as Surety, are held firmly bound unto the City of Newport Beach, in the sum of co ( a � u v.olnQ den e&,Lt_ . p&.. J f so Dol�sL � ($ 'said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and ' severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, ' fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due.under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. ' Page 9 1 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to ' give aright of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. ' And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise ' affect its obligations on this bond, and it does hereby waive notice of any such change,. extension of time, alterations or additions to the terms of the contractor or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of e: E. YEAGER CGNSTRUCM comem :. {Seal -) ' (Seal) ontractor (Seal) Ap oved as to orm: nn ass • City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Attest:. ae City Clerk - l • 0 § N } \ } / a ten! \ \r o � } \\ tv } &/§ CP (Lm m o o ._ 0(D ) }� CL Fr / 0 1 « E /I} § Er w §}�ƒ m (( �( � T emium cFarge for IF'is 6onH...Z=�. Page 10 PERFORMANCE BOND ' KNOW ALL MEN BY THESE PRESENTS, That ' WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 24, 1972 has awarded to E. L. Yeager Construction Company, Inc. hereinafter designated as the "Principal ", a contract for Spyglass Hill Reservoir (1.5 MG) Contract No. C -1351. in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, hereinafter designated as the "Contractor ", and The Travelers Indemnity CompanY As Surety, are held and firmly bound unto the City of Newport Bea in the sum of \ p o 0 %FU u,X ,��Qi11 ,,dXtd -Y&ku, ,1P,A ,,&,N.l� Dollars ($ 99*, Mel ). oLvLlr- said sum being equal to lbO% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. - �i�::.«'• .a. .._': ,:_ ..<.. .. _�._ .. .._w�n,.:a.z.,___= �"�._.:'�:r ...�•- .,_Svc °..: a•Y;.+, ii•: . 0 9 Page it (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time,.alteration or addition to the terms of•the contract or to the work or to the specifications. In the event that any principal above named executed this bond.as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the — day of a 9LOn _ 197-9. Approved as to form: Asst i ty Attorney 4 YEAGER CO GTRUCIItli IML �. (Sea]3= 7 :_ (Seal) - Surety - ,,...� axusl� »ri .. _... �._.,_�::r. �_�3:..�w -. �.... .:.:�. £euss�a -a�'.�- 3aaez- ri.'•�:..:�'.0 =:x 9 0 i :| n } § \� \ \� n �§ f� CL \§ �`ƒ � \� \ \} E }k! CL {(}{ \�}� ! :!§ Fr 7ka {}■rr �fT Ir \J } ƒ\ -\ �!\ � & ƒ2 { ) { / }� on n �§ f� 0 0 CONTRACT THIS AGREEMENT, made and entered into this Page 12 day of NOV 10 112 , lg_, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and E. L. Yeager Construction Company, Inc. hereinafter designated as the Contractor, party of the second part. WITNESSETHt That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Spyglass Hill Reservoir (1.5 MG) Contract No. C -1351 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing ' all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated tube borne by the City -"and for well and faithfully completing the work ' and the whole thereof, in the manner thown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in:full compensation therefore the lump sum price, or if the bid is.on the unit price basis, the total price ' for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case May be. ' 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials.and to do the work according to.the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ' 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties ' hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. • • Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH, CALIFORNIA r By: ��bby*' �a .. aY � LiFp�N ATTEST: & E. YEAGER CONSERIp:pQn f� —Con rac or - (SEAL) Approved as to form: 0 • i CITY Or NEWPORT BEACH PR 1 of 1 PUBLIC WORKS DEPARTMENT SPYGLASS HILL RESERVOIR (1.5 MG) CONTRACT NO. 1351 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete contract No. C -1351 in accordance with the Plans and.Specifications, and will take in full payment therefor the following unit price for the work, complete in place, to wit. ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN INVORDSn TOTAL PRICE 1. Lump Sum Construct 1.5 mg prestressed concrete reservoir, utility tunnel; piping with control valves; drainage devices; excavation; backfilling; and other incidental items of work @ Two hundred sixty two thousand one hu Dollars and no /100 - -=--- ------ --- ---- - - ---- Cents Lump Sum 2. Lump Sum Construct final grading of reservoir. .site; concrete walkway and appurtenances; play area; irrigation system; planting and lighting system; and other incidental items of work @ Thirty two thousand Dollars and no /100 ----------------- --- --- -=- - -- Cents Lump Sum TOTAL PRICE WRITTEN IN 'WORDS: $ 262,100.00. $ 329000.00 Two hundred ninety four thousand one hundred Dollars and -no /100 ---------------- ---- ---------------- ----- - - -- -- Cents 294,100.00 ----------------------------------------------------------- — — ----------------------------- - -- DATE 10 -10 -72 BIDDER'S NAME: E. L. Yeager Construction Company; Inq CONTRACTOR'S LICENSE N0, 140069 AUTHORIZED SIGNATURE: S/ Julian W. Powers CONTRACTOR'S ADDRESS P. 0. Box 87 Riverside, CA .92502 TELEPHONE NO. 714 -684 -5360 INDEX SECTION PAGE I. Scope of Work . . . . . . . . . . . . . 1 II. Qualifications of Bidders . . . . . . . . . 2 ' III. Proposed Site . . . . . . . . . . . . . . . 3 IV. Time of Completion 5 ' V • Schedule of Work . . • . . . . . . . . . . 6 ' VI. Trench Safety . . . . . . . . . . . . . . . 7 VII. Shop Drawings, Data on Materials and Equipment, and Samples . . . . . . . . . . g A. General . . . . . . . . . . . . . . . . g B. Shop Drawings and Data Defined . . . . g C. Review and Revision . . . . . . 9 ' VIII. Payment . . . . . . . . . . . . . . . . . . 11 IX. Guarantee 12 ' X. Construction Survey Staking . . . . . . . . 13 ' XI. Grading . . . . . . . . . . . . . . . . . 14 A. General . . . . . . . . . . . . . . . . 14 B. Structure Excavation and Backfill . . . 14 XII. Concrete 16 A. General . . 16 ' B. Admixtures . . . . . . . . . . . . . . 16 C. Mix Design . . . . . . . . . . . . . . 16 ' D. Reservoir Walls . . . . . . . . . . . . 16 E. Horizontal Construction Joints 16 ' INDEX SECTION PAGE ' XII. Concrete (Continued) F. Forming . . . . . . . . . . . . . . . . 16 ' G. Removal of Forms . . . . . . . . . . . 17 H. Steel Reinforcement . . . . . . 18 ' I. Placing Concrete . . . . . . . . . . . 18 J. Consolidating . . . . . . . . . . . . . 18 K. Finishing . . . . . . . . . . . . . . . 19 ' L. Curing . . . . . . . . . . . . . . . . 21 XIII. Expansion and Construction Joints 22 ' A. Waterstops . . . . . . . . . . . . . . 22 B. Rubber Pads and Sleeves . . . . . . . . 24 C. Joint Filler . . . . . . . . . . 25 ' XIV. Prestressed Concrete Construction . . . . . 27 A. General . . . . . . . . . . . . . . . . 27 ' B. Method and Qualifications . . . . . . . 27 ' C. Materials . . . . . . . . . . . . . . . 28 D. Application . . . . . . . . . . . . . . 29 ' XV. Earthquake Cables . . . . . . . . . . . . . 36 A. General . . . . . . . . . . . . . . . . 36 ' B. Material . . . . . . . . . . . . . . . 36 ' C. Placing . . . . . . . . . . . . . . . . 36 1 1 i 1 1 0 • INDEX SECTION XVI. Gunite Concrete . . . . . . . . . . . . . . A. General . . . . . . . . . . . . . . . . B. Mix . . . . . . . . . . . . . . . . . . C. Testing . . . . . . . . . . . . . . . . D. Equipment . . . . . . . . . . . . E. Placing and Finishing . . . . . . . . . F. Curing . . . . . . . . . . . . . . . . XVII. Painting . . . . . . . . . . . . . . . . . XVIII. Reservoir Testing . . . . . . . . . . . . . XIX. Utility Tunnel . . . . . . . . . . . . . . XX. Altitude Control Valve & Appurtenances . . A. Valve . . . . . . . . . . . . . . . . . B. Sensing Line . . . . . . . . . . . . . C. Curb Stop . . . . . . . . . . . . . . . D. Water Level Gauge . . . . . . . . . . . XXI. Piping . . . . . . . . . . . . . . . . . . A. General . . . . . . . . . . . . . . . . B. Cast Iron Pipe . . . . . . . . . . C. Copper Pipe . . . . . . . . . . . . . . D. Asbestos Cement Pipe . . . . . . . . . E. Victaulic Couplings . . . . . . . . . . F. Sleeve Type Couplings . . . . . . . . . - iii - PAGE 37 37 37 39 40 41 42 44 45 46 47 47 47 48 48 49 49 49 49 49 49 50 INDEX ' SECTION PAGE ' XXI. Piping (Continued) G. Gaskets and Bolts . . . . . . . . . . . 50 ' H. Pipe Line Testing . . . . . . . . . . . 50 I. Protective Coatings . . . . . . . . . . 50 ' XXII. Disinfecting . . . . . . . . . . . 52 ' XXIII. Reservoir Water Level Transmitter . . . . . 53 XXIV. Electrical Service and Lighting . . . . . . 55 A. General . . . . . . . . . . . . . . . . 55 B. Electrical Cabinet . . . . . . 55 C. Service . . . . . . . . . . . . . . . . 55 ' D. Conduit . . . . . . . . . . . . . . . . 56 E. Electrical Fixtures . . . . . . . . . . 56 ' XXV. Valves . . . . . . . . . . . . . . . . . . 58 . XXVI. Access Hatches . . . . . . . . 59 ' XXVII. Access Ladders . . . . . . . . . . . . . . 60 ' XXVIII.Air Vent . . . . . . . . . . . . . . . . . 61 XXIX. Dampproofing Membrane . . . . . . . . . . . 62 XXX. Impermeable Membrane . . . . . . . . . . . 63 A. General Requirements . . . . . . . . . 63 ' B. Special Requirements . . . . . . . . . 63 C. Earthwork 63 D. Sand Blanket . . . . . . . . . . . . . 63 1 ' - iv - 1 1 1 1 1 1 1 1 0 0 INDEX SECTION XXX. Impermeable Membrane (Continued) E. PVC Plastic Membrane Material . . . . . F. Installation of PVC Plastic Membrane . G. Vitrified Clay Underdrain Pipe . . . . Ii. Permeable Material . . . . . . . . . . XXXI. Irrigation System . . . . . . . . . . . . . A. Scope . . . . . . . . . . . . . . . . . B. General Conditions . . . . . . . . . . C. Materials . . . . . . . . . . . . . . . D. Installation Procedures . . . . . . E. Equipment . . . . . . . . . . . . . . . F. Guarantee . . . . . . . . . . . . . . . XXXII. Landscape Planting . . . . . . . . . . . . A. Scope . . . . . . . . . . . . . . . . . B. Grading . . . . . . . . . . . . . . . . C. Soil Preparation . . . . . . . . . . . D. Soil Preparation Procedure . . . . . . E. Preparation of Landscape Areas . . . . F. Samples and Compliance Testing . . . . G. Statement of Confirmation . . . . . . . H. Planting . . . . . . . . . . . . . . I. Planting Procedures . . . . . . . . . . J. Maintenance . . . . . . . . . . . . . . K. Inspection . . . . . . . . . . . . . . L. Guarantees . . . . . . . . . . . . . . Plant List . . . . . . . . . . . . . . V - PAGE 64 66 67 68 70 70 70 70 73 75 75 77 77 77 77 78 78 79 79 80 81 84 87 87 88 II • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ' SPYGLASS HILL RESERVOIR (1.5 MG) CONTRACT NO. C -1351 Scope of Work ' The work to be done under this Contract consists of excavation, construction of a 1.5 MG prestressed concrete ' tank water reservoir and appurtenances, utility tunnel with ' access manhole, water supply facilities, altitude and control valves; backfilling, drainage devices, landscaping, and other ' incidental items of work as shown on the Plans, complete in place and operable. - 1 - The Contract requires completion of all work in ' accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. W- 5083 -5), and the ' City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for ' Public Works Construction, 1970 Edition with 1971 and 1972 ' Supplements. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone: ' (213) 870 -9871. Copies of the City's Standard Special Provi- sions may be purchased from the Public Works Department at a ' cost of $2.00. - 1 - it • • i 1 II. Qualifications of Bidders Only bids from responsible bidders will be considered 1 To qualify as a responsible bidder, the Contractor shall have a successful performance record in reinforced and prestressed 1 concrete reservoir construction, and shall have actually 1 constructed 3 prestressed concrete reservoirs of capacity equal to or greater than the reservoir to be constructed under 1 this Contract. Bidders shall submit, with their bids, the name of the proposed superintendent who must be experienced 1 in this type of work; a list of reservoir jobs successfully 1 completed; and, the name of the prestressing contractor. The prestressing shall be done by.a company which can meet the 1 qualifications set forth herein, and which will be responsible for all prestressing, pressure grouting of tendons, and gunite 1 cover - coating of wrapped wire or strand. The bidders' atten- tion is also directed to Sections XIV -B. and XVI -E. of these 1 Special Provisions regarding qualification requirements. i 1 1 1 1 - 2 - 1 • • 1 1 III. Proposed Site The proposed site.is within a subdivision that is currently under construction. The grading and adjacent street improvements shown on the plans will not be completed prior to advertising for bids for this project. However, prior to the award of this Contract, the rough grading on the reservoir site will be as shown on the plans and an access road will be available. Construction water will be available from the fire hydrant located'at the intersection of San Joaquin Hills Road and Spyglass Hills Road. Fire hydrants closer to the reservoir site may be available as the subdivision construction progresses. ' The Contractor shall apply to the City Water Department for Purchase of water from this hydrant. Before concreting or ' guniting operations are commenced, the Contractor shall have stored on the site a three days supply of water. 1 Prior to the time water is required to fill and test ' the reservoir, a water line will be installed by others to the site and will be available for use. 1 The drainage and overflow outlets, and the access walk, shall not be constructed beyond the reservoir site ' property lines until the adjacent curbs, gutters and sidewalks ' within the streets have been installed by the Subdivider's Contractor. If these improvements have not been installed and - 3 - 9 0 all other reservoir work has been completed, then the Contractor shall either make arrangements with the Subdivision Contractor to complete the required outlet structures, or return and construct the outlets within 30 days after notification by the Engineer that the street improvements have been constructed. - 4 - 9 0 IV. Time of Completion The Contractor shall complete all work on the Contract within 180 consecutive calendar days after the date that the City executes the Contract. - 5 - V. Schedule of Work The Contractor shall submit to the Engineer a written schedule of work as provided in Section 6 -1 of the Standard Specifications. 0 0 VI. Trench Safety In conformance with Section 6422 and 6424, the Labor Code and applicable sections of the Construction Safety Orders of the State of California, a detailed plan showing the design of shoring, bracing, and /or sloping of all trenches 5 feet deep or deeper, must be submitted for the agency's review and approval prior to commencing any such trenching operations. If the submitted plan varies from the standards established by the State Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. - 7 - 1 VII. Shop Drawings, Data on Materials and Equipment, ' and Samples A. General ' The Contractor shall furnish to the Engineer such working drawings, data on materials and equipment and ' samples as are required for the proper control of the work, including but not limited to those working drawings, data and samples specifically required elsewhere in the specifi- cations and in the drawings. All working drawings, data, and samples shall ' be to subject review by the Engineer for conformity with the drawings and specifications. B. Shop Drawings and Data Defined Working drawings include without limitation, shop detail drawings, fabrication drawings, falsework and 4 , formwork drawings, pipe layouts, steel reinforcement and ' similar classes of drawings. They shall contain all required details and information in reasonable scale. Data on materials and equipment include, without limitation, materials and equipment lists, catalog ' data sheets, cuts, performance curves, diagrams and similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier ' or manufacturer, trade name, catalog reference, size, finish i and all other pertinent data. - 8 - 1 C. Review and Revision ' The Contractor furnish shall to the Engineer ' for review two prints of each shop drawing. The Contractor shall properly check and correct all working drawings and ' data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. ' The shop drawings shall be submitted at least 30 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, the Engineer ' will return one print of each drawing to the Contractor with his comments noted thereon. ' If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN ", a revision of said drawing will ' not be required and the Contractor shall immediately submit five additional copies to the Engineer. If the drawing is returned to the Contractor ' marked "MAKE CORRECTIONS NOTED ", formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. ' If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT ", the Contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. ' If the drawing is returned to the Contractor - 9 - 9 0 marked "REJECTED - RESUBMIT ", the Contractor shall revise said drawing and shall resubmit two copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned copies to the Contractor without rejection. Revisions indicated on shop drawings shall be considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. - 10 - 1 1 1 1 1 1 1 1 E 0 VIII. Payment Payment for incidental items of work, not separately provided for in the Proposal, shall be included in the bid price for other related items of work. - 11 - 1 1 1 1 1 IX. Guarantee The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. All equipment or material warranties in excess of one year shall be delivered to the Engineer. - 12 - 0 0 X. Construction Survey Staking Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys including construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Payment for construction survey staking shall be considered as included in the various items of work, and no additional allowance will be made therefore. - 13 - 1 B. Structure Excavation and Backfill 1 Structure excavation and backfill shall be in XI. Grading 1 except as modified herein. 1 A. General 1 footings, and pipe blocks shall be excavated to the lines shown on the plans. Any remaining soft or spongy material 1 1 The site has been rough graded as shown on the plans. The existing elevations as shown are i 0.2 feet. A 1 sandy terrace deposit material in sufficient quantity to back - fill around and above the tank will be available at the stock - 1 pile location indicated on the drawings. 1 This Contract requires excavating from the floor elevation downward, excavation for the access tunnel, and any 1 additional excavation required for the proper execution of the work. - 14 - 11 1 0 B. Structure Excavation and Backfill 1 Structure excavation and backfill shall be in accordance with Section 300 -3 of the Standard Specifications 1 except as modified herein. The subgrade for the impermeable membrane, slabs, 1 footings, and pipe blocks shall be excavated to the lines shown on the plans. Any remaining soft or spongy material 1 shall be removed. Undercut subgrade areas shall be backfilled 1 and compacted to 958 density using approved granular material, lean concrete or crushed base material. The finished subgrade 1 shall not vary more than 0.05 feet from the lines shown on the plans. The completed subgrade shall be approved by the Engineer - 14 - 11 1 0 0 prior to placing the impermeable membrane or pouring any concrete. Backfilling adjacent to the walls shall not commence until a satisfactory leakage test has been completed. The reservoir shall then be drained and remain empty during the backfilling operation. Prior to beginning backfilling, all loose soils and debris'shall be removed from behind the walls. Backfill material shall be obtained from the stock- pile except that any organic material or rocks greater than 6" in largest dimension shall not be used. The backfill material shall be placed uniformly around the tank walls in layers not exceeding 8 inches in depth. The material shall be brought to near optimum moisture content and mechanically compacted to 958 density except for the top two feet. Back - fill above the reservoir walls shall be placed and compacted in accordance with the Planting Section of these Specifica- tions. Ponding and flooding will not be permitted. Care shall be taken to not damage the gunite coating during the backfilling operation. The backfill on the roof slab shall be placed in uniform 6" layers and the weight of the equipment used in the backfilling of the roof slab shall not exceed 9000 pounds. Field density shall be determined using A.S.T.M. D- 1557 -70 method modified to use three layers. - 15 - n u XII. Concrete A. General Concrete construction shall conform to Sections 201 and 303 of the Standard Specifications except as modified herein. B. Admixtures ' Concrete to be,used in the reservoir walls, columns and roof slab shall contain Plastiment Densifier, as manufactured tby Sika Chemical Corporation in the proportion of two (2) fluid ounces per sack of cement. ' C. Mix Design ' Concrete for the reservoir walls, roof slab, columns and poured -in -place access tunnel shall be Class ' 658 -C -4000. All other concrete shall be Class 564 -C -3000. D. Reservoir Walls full height The reservoir walls shall be poured ' without horizontal construction joints. E. Horizontal Construction Joints Where concrete is to be deposited against hardened concrete at horizontal construction joints, placing operations shall begin by placing a 2" thick bed of Class "A" mortar. F. Forming 1. Form designs for reservoir footings, walls, columns and roof slab shall be submitted to the Engineer for - 16 - 0 0 review at least 30 days prior to use. Calculations shall also be submitted to support the selection of the various components of the forming system. 2. Form ties in the reservoir walls shall have waterstops and a 3/4 -inch breakback or cone depth. The ties shall not be broken until the test cylinders indicate that the concrete has reached the 28 -day strength. 3. Reservoir wall forms may be Economy, Symons, Universal or exterior type plywood provided there are no straight sections longer than 30 inches at any place around the circumference of the wall. The height of the form panels shall not exceed 4 feet except that 3 x 6 panels may be used provided they are staggered. 24 inch x 24 inch horizontal openings shall be provided in the wall form panels at maximum spacings of 90 inches horizontally and 6 feet vertically. The first row of openings shall be 2 feet above the bottom. Chamfer strips shall not be placed in the corners of vertical construction joints on the reservoir walls. G. Removal of Forms 7- 1 - 17 - Removal of forms shall comply with Section ' 303 -1.4 of the Standard Specifications. Reservoir wall form ' removal shall not start until 12 hours after completion of the wall pour. Removal of forms and falsework supporting concrete beams, roof slabs, or other members subject to 7- 1 - 17 - 0 0 direct bending stress shall not start in less than 21 days after the concrete has been placed unless concrete test cylinders show a strength of not less than 3,000 pounds per square inch in compression when cured under conditions similar to those affecting the structure. F.i. Steel Reinforcement Steel reinforcement shall conform to ASTM -A615 grade 60 and be furnished and placed in compliance with Sections 201 -2 and 303 -17 of the Standard Specifications. No field bending of bars will be permitted. I. Placing Concrete Concrete for the reservoir walls shall be deposited through the 24 -inch x 24 -inch openings in the wall panels. There shall be no free vertical drop greater than 6 feet, except when starting the wall pour the free drop shall not be more than 2 feet. The use of tremies for wall pours will not be permitted. The reservoir walls shall be poured full height without horizontal construction joints. J. Consolidating All concrete shall be consolidated with imnersion type vibrators. Form or external types of vibrators will not be permitted. Internal vibrators shall produce a minimum of 14,000 vibrations per minute. Sufficient vibrators shall be available to consolidate the concrete within 5 minutes after it is deposited. K. Finishin.1 The exterior of the roof slab shall receive a wood float finish. The reservoir floor, wall tops, and rubber pad seats shall receive a smooth and level steel trowel finish. Any floor, wall and roof sections showing continuous reinforcing through the joints, which are not considered expansion and contraction joints, shall be poured in a sequence to be approved by the Engineer. Placing of concrete during periods of low humidity (below 50 %) should be avoided. Surfaces exposed to the drying wind shall be covered immediately after finishing with polyethylene sheets until it is cured as specified herein. The steel - trowel finish shall be an integral finish obtained by troweling with a steel trowel after the surface has been floated and allowed to stand until all water sheen has disappeared. Final troweling shall be done after the concrete has hardened sufficiently to prevent drawing moisture and fine materials to the surface and when concrete is sufficiently hard that no mortar accumulates on the trowel. ' Cement or mixtures of cement and sand, shall not be spread on ' surfaces to absorb excess water or to stiffen the concrete. Troweling shall produce a dense, smooth, impervious surface, free from defects and blemishes. 19 - 0 Immediately after the removal of all forms, all fins and irregular projections shall be removed from surfaces whether or not they will be covered with high tensile wire and gunite overcoats. Cavities from form ties shall be thoroughly cleaned, coated with an approved epoxy and filled with mortar consisting of one part of cement to 1/2 part of plastersand. The amount of water to be added to the cement - sand mix shall be such that the mortar can be driven into the voids by hammer and will compact properly. No Embeco or other additives may be used for pointing such cavities. Surfaces which have been pointed shall be kept moist for a period of not less than twenty -four hours. Finished surfaces shall be free from. sand streaks or other voids. The exterior surface of concrete reservoir walls which will receive wire - wrapping reinforcing and the vertical wall joints shall be sandblasted, regardless of the forming method used, by the dry sandblasting process using a sharp silica sand. The surface shall be sandblasted sufficiently to remove all laitance, form oil or other type coatings. The exterior surface shall be cut sufficiently to provide a mechanical bond between the gunite covercoat and the concrete wall. Sandblasting shall not be started before the completion of the curing period or before all tie holes have been drypacked. - 20 - and roof slab shall be water cured for at least 7 days. If burlap is used, it shall be wet before it is laid on the surface. All other concrete shall be sprayed with Type I Curing Compound. 21 - ' Defective surfaces, such as honeycomb, shall be cut out entirely. The remaining sound surfaces shall be coated with an approved epoxy bonding material applied in accordance with the manufacturer's instructions. The cut -out ' area shall then be damp - packed with a mix consisting of 1 part of Portland cement to 2 parts of sand. The water content of ' the sand- cement mix shall be such that a ball of the mix may be squeezed in the hand without bringing free water to the ' surface. Damp -pack material shall be tamped into place and finished to match adjacent concrete surfaces. Surfaces of areas which have been damp - packed shall be kept continuously ' wet for a minimum of seven days after completion of damp packing. Embeco or calcium chloride shall not be used for ' filling defective areas, or be mixed with damp -pack material. ' Miscellaneous surfaces not covered herein and not specifically designated on the drawings shall be finished ' as directed by the Engineer. L. Curing ' The reservoir floor, gunite cover coat, walls and roof slab shall be water cured for at least 7 days. If burlap is used, it shall be wet before it is laid on the surface. All other concrete shall be sprayed with Type I Curing Compound. 21 - 0 XIII. Expansion and Construction Joints A. Waterstops - 22 - Waterstops shall be plastic, made of virgin polyvinylchloride compound, ribbed, uniform in dimensions, dense, homogeneous and free from porosity. The material shall meet the following minimum requirements: Standard Grade ASTM Test Tensile Strength ---------- - - - - -- 2,000 psi D412 Ultimate Elongation ------- - - - - -- 300 percent D412 Shore Hardness ------------ - - - - -- 82 ± 4 D676 Specific Gravity -7 -------------- 1.37 Cold Brittleness ---------- - - - - -- -20OF D746 Permissible Tolerances: Width --------------------- - - - - -- 3.1/4 inch Thickness up to 1/4 inch -- - - - - -- ± 1/32 inch Thickness over 114 inch --- - - - - -- ± 1/16 inch Weight ----------- •--------- - - - - -- ± 9 percent The minimum dimensions of the waterstops shall be as follows: Width Lbs. per 100 Ft. Center Bulb Construction joints in floor, walls and roof 6 inch 72 Expansion joints between floor and exterior footing 6 inch 72 Expansion joints between wall and wall footing using rubber pads 9 inch 230 ' Expansion joints between wall and roof 4 inch 54 ' Construction joint between column pad and floor 4 inch 53 ' - 22 - 3/4 inch ID 3/4 inch ID 0 0 Waterstops shall be correctly positioned in the forms so that the center of the waterstop is centered on the joint. Waterstops shall be held in place in the forms by use of a splitform or other approved method that will positively hold the waterstop in its correct position. Horizontal waterstops may be supported by nails driven under the waterstop at 12 inch intervals to prevent bending over during pouring. All horizontal and vertical waterstops which are not accessible during pouring shall be tied off in two directions every 12 inches in such a manner that bending is prevented. Wherever walls, footings and floor and roof slabs intersect, the waterstops in the intersecting elements shall be joined or spliced in accordance with the recommenda- tions of the waterstop manufacturer so that a completely watertight joint is obtained. The spliced joints shall be checked for strength and pinholes. Splices in joints shall develop a pulling force equal to 75 percent of the strength of the unspliced waterstops. Care shall be exercised in the placing and vibrating of the concrete around waterstops so that a continuous bond is obtained. - 23 - 1 0 B. Rubber Pads and Sleeves ' All rubber bearing pads under walls shall be neoprene. In addition, the material shall meet ASTM R 420 requirements, shall have a minimum ultimate strength of ' 2000 psi, a minimum elongation of 500 percent and a 50 percent maximum compressive set. Rubber pads shall be of ' 40 durometer. Rubber pads used under the reservoir walls are ' covered by Dobell Patent No. 2,932,964 owned by the Preload ' Company, Inc., 839 Stewart Avenue, Garden City, New York, 11530, and a royalty for their use is required. The Contractor ' shall submit written evidence that the royalty payment for this project has been paid. ' Sponge rubber pads shall be similar and equal to Rubatex R 411 -N soft grade, closed cellular neoprene, as tmanufactured by the Rubatex Division of Great American ' Industries, Inc., of Bedford, Virginia. Sponge rubber sleeves used in connection with ' the installation of earthquake cables shall be similar and equal to Rubatex R- 180 -14 medium grade, closed cellular ' neoprene, as manufactured by the Rubatex Division of Great ' American Industries, Inc., of Bedford, Virginia at 2655 South Commerce Way, Los Angeles, California. 1 24 - I 1 G 9 0 To prevent any uplift of the pads during concrete pouring, pads shall be glued to the concrete with an approved rubber cement material. In addition, pads shall be held down where possible by dense small concrete blocks placed under reinforcing steel. Nailing down pads will not be permitted. All voids and cavities between ends of rubber pads, or between rubber pad, waterstop and sponge rubber material, shall be filled with a soft mastic that will not adversely affect the quality of rubber, plastic and neoprene materials. Sponge rubber pads shall be ordered 1/4 inch wider than theoretically required to facilitate placing and to reduce development of voids between sponge rubber, bearing pads and waterstops. The method of holding down sponge rubber pads shall be the same as for rubber pads. Sponge rubber sleeves shall be tied top and bottom with tiewire to keep concrete out of the sleeves. C. Joint Filler Joint filler shall be Igas as manufactured by Sika Chemical Corporation. The Joint Slot shown on the plan shall be formed by suitably sized wood strips that are removed after the concrete is poured. After the concrete is cured, the Joint Slot shall be cleaned and dried. Igas primer shall be applied to all surfaces of the joint in - 25 - 0 0 accordance with the manufacturer's recommendations. When the primer has thoroughly dried, the joint shall be filled with Igas using the hot installation method. The joint shall be filled and finished in accordance with the manu- facturer's recommendations. - 26 - 0 0 XIV. Prestressed Concrete Construction A. General Prestressed concrete construction shall comply with Section 303 -3 of the Standard Specifications. The word "wire" shall also mean seven wire strand and bars, and the words "stressing machine" shall also mean wire wrapping machines and hydraulic jacks. While prestressing operations are in progress, the Contractor shall place barricades and signs and take other precautions necessary to keep workmen and visitors outside the danger area of breaking wire. In any event, no other work shall be performed within 100 feet of the reservoir wall during prestressing operations. B. Method and Qualifications The circumferential and tendon stressing equipment, meeting the following requirements, will be considered accept- able only if such machinery has been successfully used on at least 3 tanks totalling 10 million gallons in capacity. Contractor shall submit with his bid the name and address of the Owner and the completion dates and location of three such ' reservoirs on which the qualifying equipment has been used. ' No circumferential stressing system shall be employed which in any wire at any point around the circumference 27 - 0 0 develops a stress variation greater than 1.258 and which is incapable of producing a continuously electronically monitored permanent stress or force record along the full length of each wire or strand as it is being applied. Tensioning systems based on wire reduction and /or wire deformation will not be accepted. No vertical tendon stressing system shall be employed which is incapable of producing a continuously electronically monitored permanent force - elongation record from zero to full force and to final lock -off. One abscissa of the permanent recording must show the elongation in inches and the other abscissa must show the force in lbs. or Kips. Jack operated cable or rod type tendons, involving the circumferential movement of steel wire or rods relative to the wall, will not be permitted. All electronically monitored force and elonga- tion records for circumferential and vertical prestressing must be submitted to and become the property of the City. C. Materials Uncoated high tensile steel bars for vertical tendons shall meet ASTM A -322 and A. -29 standards and shall have a minimum ultimate strength of 150,000 psi. The circumferential prestressing steel shall have a hot dipped galvanized coating of 0.82 oz. /sf. and shall have a minimum 1 ultimate tensile strength of 240,000 psi, a yield strength ' at 18 extension of 180,000 psi and a minimum elongation in ' 24" at fracture of 4k%. All anchor plates shall be fabricated of steel ' which will show no physical distortion when tested to 100 percent of the required anchor capacity. ' Flexible metal conduit shall be fully interlocked ' with a minimum wall thickness of 0.010 inch to 0.012 inch, shall be mortar tight, and at all times shall be rigid enough ' to avoid collapse under concrete pressure or general working conditions. PVC tubing may be used in lieu of flexible metal ' tubing. D. Application 1. Anchoring of Wire. ' The wire shall be anchored with approved clamps or anchors, and when used for circumferential pre- ' stressing, at least once for every coil or reel, in order to minimize the loss of wire in case of a wire break. ' 2. Splicing of Wire. ' When necessary, wire ends shall be joined by suitable splicing methods that will develop the full ' strength of the wire. Use of different alloys in the splicing material shall not be permitted. 1 '1 - 29 - ' 0 ' 3. Minimum Concrete Strength. Stressing may commence as soon as the concrete has developed a minimum cylinder strength of 4,000 psi. How- ' ever, the applied force shall at no time develop compressive ' stresses greater than 55 percent or bearing stresses greater than 100 percent of the concrete strength available at the ' time the compressive force -is applied. Wrapping over previously applied gunite covercoatings may be started 12 hours after the ' coating has been installed, unless temperatures have been below 350 F, in which case the gunite shall develop a minimum com- pressive strength of 500 psi before wrapping may proceed over ' ' that gunite. 4. Stress Records. ' All stressing forces for circumferential and vertical prestressing shall be determined with the aid ' of electronic load cells having a maximum tolerance falling ' within ±1.8 of the specified forces. Fixed load cells shall be calibrated against portable load cells, which shall be ' calibrated by an approved testing laboratory, at the Contractor's expense, before stressing may be started. The elongation measure- ' ments for vertical prestressing shall also be based on electronic ' transducers. Manual force and elongation readings for any of the stressing operations will not be accepted. - 30 - 1 i i t ' 5. Permissible Stress. i ' The initial applied force for circumferential and vertical prestressing shall not exceed 75 percent of the ' Minimum ultimate strength of the steel, hereinafter called ' 0.75 M.U., nor shall it be less than 0.725 M.U. The force setting on the stressing machine shall be such that the ' applied force shall fall within the 0.725 M.U. to 0.75 M.U. stress limitation requirement. The force setting shall be ' corrected immediately in the event that the applied stress ' exceeds this condition. 6. Shop Drawings. ' The Contractor shall submit shop drawings which shall cover the vertical prestressing tendons and anchor plates ' and the wire clamps for the circumferential prestressing wire. ' 7. Wire Spacing. The minimum clear spacing between any 2 wires tto be encased in gunite shall under no condition be less than 1.5 wire diameter or 3/8 inch, whichever is larger. Any wires ' not meeting the spacing requirements shall be spread by approved methods or removed. 8. Wire Bundling. Bundling of wrapped wire around pipe or manhole openings shall not be permitted. Any wires falling in such - 31 - ' areas must be spread over a predetermined area above and below ' such wall openings, in conformance with the above wire spacing requirements. ' 9. Forming of Anchor Pockets. Provisions shall be made to flush tendons for vertical prestressing with water during concrete placement, ' except for those type tendons that are fully watertight. Forms and cover plates for anchor pockets for ' vertical prestressing shall be strong enough to take the vertical load of the wirewrapping machine. Such forms shall not be removed until both wire wrapping and gunite operations ' have been completed. Vertical tendons shall not protrude above the top of the riding surface of the machine. ' 10. Assembly of Pressure Grouted Tendons. Tendon components shall be assembled as ' detailed on the shop drawings. Particular attention should ' be given to sufficient taping of joint connections and holes in flexible tubing and transition cones, developed during ' transportation, handling, and placing of tendons. To avoid joint connections between flexible tubing, cones and anchor- ' from plates working loose, they shall be properly tied together ' with tiewires or other means. Bars shall be screwed tight into the anchorplates and all the way to the last thread on the bar. 1 - 32 - i .1 • • A 3/8 -inch nominal diameter grout tube i ' connection shall be provided at each anchor. Pressure grouted tendons shall be placed at No concrete shall be placed until the place- ment of tendons and conventional reinforcement have been inspected and approved by the Engineer. 12. Vertical tendons shall be flushed with water during pouring of concrete after every 6 foot pouring lift of concrete, unless such tendons remain watertight during the pouring. The flushing must continue until pouring and - 33 - proper locations, elevations and alignments, with a maximum tolerance of plus or minus 1/4 -inch. All tendons shall be properly tied at the anchorplates and shall be tied and ' supported at no more than 10 -foot intervals. The clearance between bottom anchorplate and ' waterstop, when placing vertical prestressing tendons shall ' not be less than 2 inches nor more than 4 inches. The minimum coverage over bars at the top ' of the wall shall be 1' inches. The concrete cover on the inside wall surface over the anchorplates shall be a ' minimum of lh inches and on the outside wall face a minimum . of 1 inch, discounting for gunite covercoat protection. 11. Inspection. No concrete shall be placed until the place- ment of tendons and conventional reinforcement have been inspected and approved by the Engineer. 12. Vertical tendons shall be flushed with water during pouring of concrete after every 6 foot pouring lift of concrete, unless such tendons remain watertight during the pouring. The flushing must continue until pouring and - 33 - vibrating of concrete around the tendons has been completed. ' Water shall be introduced at the top of the wall, through the top grout tube, and be permitted to drain through the bottom ' grout tube. Upon completion of the water flushing operation, ' the tubes shall be given a short burst of compressed air from the top grout tube down, in order to remove any accumulations ■ of water at the bottom of the tendons. grout machine capable of developing a pressure of 150 Psi. ' Only neat cement shall be used for grouting the tendons after stressing. The neat cement shall be mixed thoroughly with water. The water- cement.ratio shall be such 34 - 11 1 Cleaning of tendons by connecting air or water to the bottom grout tube will not be permitted. Bars which accidentally or purposely have been covered with oil ' or grease shall be cleaned by flushing through the tendons ' with an approved detergent before grouting may commence. 13. Filling of Anchor Pockets. Upon completion of the stressing operation, all anchor pockets shall be filled with 3000 psi concrete or mortar. The surface shall be finished flush with the adjoin- ' ing concrete surface. 14. Grouting. The tendons shall be grouted with a pressure grout machine capable of developing a pressure of 150 Psi. ' Only neat cement shall be used for grouting the tendons after stressing. The neat cement shall be mixed thoroughly with water. The water- cement.ratio shall be such 34 - 11 1 mortar. ' Grouting of tendons shall be started at the lowest grout- connection. After the grout has come through the other end, the valve shall be closed and the pressure ' built up. The valve shall then be opened briefly to let any remaining air out, after which the pressure is built up to ' 150 psi. When this pressure has been reached, the valve at the low end near the pump shall be closed. Intermediate ' valves shall be closed as soon as grout has started to come ' through. - 35 - ,I I ' that the mix is of a consistency that prevents settling and ' separation of the cement and water in the tendons. This ratio shall be approximately 4'k gallons of water to 1 sack ' of cement. ' For vertical prestressing, a valve shall be screwed onto the top- anchor grout -tube extension of 12 inches. ' The tube and valve may be removed when the cement grout has set up sufficiently so that no further settlement will take ' place. Grout tubes shall be unscrewed no earlier than the day following the pressure grouting operations. Any holes resulting from this, shall be coated on the inside with an approved epoxy before they may be drypacked with Class "A" mortar. ' Grouting of tendons shall be started at the lowest grout- connection. After the grout has come through the other end, the valve shall be closed and the pressure ' built up. The valve shall then be opened briefly to let any remaining air out, after which the pressure is built up to ' 150 psi. When this pressure has been reached, the valve at the low end near the pump shall be closed. Intermediate ' valves shall be closed as soon as grout has started to come ' through. - 35 - ,I I 0 0 XV. Earthquake Cables A. General Earthquake cables consisting of 7 wire galvanized strands shall be installed to connect wall and wall footing at the locations shown on the Plans. B. Material Earthquake cables shall be hot - dipped galvanized and shall meet ASTM A 416 requirements, before being galvanized. The amount of galvanizing shall be at least 0.82 oz. per square foot. C. Placing The cables shall be cut to length with a burning torch. Where necessary, the strands shall be pre -bent before placing the units in wall and wall footings, as called for on the drawings. The steel surrounded by sponge rubber sleeves, shall be given a heavy coating of asphalt, shall be wrapped with a glass -fiber cloth, be given another heavy coating of asphalt, which shall be wrapped with pipe- fitters adhesive tape. The sponge rubber sleeves shall then be placed over the protective asphalt coating. The strands may be tied to the outer wall reinforcing curtain or to the vertical prestressing tendons. In the footing, the strands shall be tied to the radial footing bars. - 36 - ' W 0 ' XVI. Gunite Concrete ' A. General Gunite concrete shall be furnished and placed in ' accordance with Section 303 -2 of the Standard Specifications, ' The sand shall have a fineness modulus of not less than 2.40 nor more than 2.75. The mix shall be 1 sack of ' Portland Cement to 3'k cubic feet of sand by volume. The gunite ' strength at 28 days shall be not less than 4,000 psi. Sand shall be delivered to the job site at least ' 2 days before its use so as to permit excess water to drain off. Sandpiles shall be covered with tarpaulins or poly- ' ethylene sheets at night and also during the day in the event 37 - 11 ' except as herein modified. L. Mix ' Plastersand shall be used for gunite covercoating of wire - wrapped walls and shall meet the following gradation: ' Sieve Size % Passing by Weight ' 3/8 inch ----- -____- 100 No. 4 -------------- 97 - 100 ' No. 8 -------- - - - - -- 90 - 98 No. 16 ------- - - - - -- 70 - 85 ' No. 30 ------- - - - - -- 35 - 55 No. 100 - 2 - 8 ' The sand shall have a fineness modulus of not less than 2.40 nor more than 2.75. The mix shall be 1 sack of ' Portland Cement to 3'k cubic feet of sand by volume. The gunite ' strength at 28 days shall be not less than 4,000 psi. Sand shall be delivered to the job site at least ' 2 days before its use so as to permit excess water to drain off. Sandpiles shall be covered with tarpaulins or poly- ' ethylene sheets at night and also during the day in the event 37 - 11 1 of rainy weather. 1. Cement Slurry Coats. For the "dry- process ", where the sand - cement mix is conveyed through the hose in a dry condition with the aid of compressed air, the prestressing wire shall be coated with a slurry coat consisting of cement and water that will provide a coverage of 1 sack of Portland Cement to no less than 125 square feet or not more than 150 square feet.of wall area. 2. Flash Coats. The slurry coat shall be covered with a gunite flash coat consisting of 1 sack of Portland Cement to 3 cubic feet of Plastersand for the "dry- process" or 1 sack of cement to 23� cubic feet of Plastersand for the "wet- process ", where the sand - cement mortar mix is conveyed through the hose in a wet mixed condition by means of special pumps, before it is applied on to the wall at high velocity through high speed rollers or compressed air injected at the nozzle. 3. Second Coat. The second protective cover for the pre- stressing wire shall be applied over the flash coat, and shall consist of 1 sack of Portland Cement to 3 cubic feet of Plastersand. 4. Finish Coat. A finish coat shall be applied over the second coat, and shall consist of 1 sack of Portland Cement to 3 cubic feet of Plastersand. C. Testing At the discretion of the Engineer, cubes may be sawed, or cores having a minimum diameter of 2 inches and an L/D of 1 or greater, may be drilled from test specimens prepared specially for testing purposes or actually taken from the structure under construction. Results must be corrected to L/D = 2 as described in ASTM C 42. Gunite specimens shall be shot on a plywood form in one continuous operation to the required height of the block. The size of the blocks shall be such that 9 test cubes or cylinders can be made from each block. One gunite test specimen shall be made during each day's operation. Four cubes or cylinders shall be cut or cored from each gunite block 14 days after its application. Two cubes or cylinders shall be tested for the 14 -day strength. The other two shall be tested at 28 days. The remainder of the gunite blocks shall be cured and stored until after the 28 -day test has been made and until the Engineer has informed the Contractor, in writing, - 39 - that no additional tests are required. All gunite specimens shall be properly numbered and dated and a record shall be made by the Contractor as to the relative location of the work for which these samples were prepared. All cubes or cylinders shall be dense and free from sandpockets. Fourteen -day cores shall develop a minimum strength of 2,900 psi. Twenty- eight -day cores shall develop a minimum strength of 4,000 psi. The cost for cutting, coring, and testing of cubes or cylinders shall be borne by the City. D. Equipment Mixing equipment shall be capable of thoroughly mixing the sand and cement in sufficient quantity to maintain Placing continuity, shall be self - cleaning and capable of discharging all mixed material without any carry over from one batch to another. The equipment shall be inspected and cleaned at least once a day and more often if necessary to prevent accumulations of batched material. Delivery equipment must be capable of discharging mixed material into the hose under close control, and it must be able to deliver a continuous smooth stream of uniformly mixed material at the proper velocity to the discharge nozzle, free from slugs of any kind. - 40 - II Iu IL 1 i1 i 1 ■ J 1 1 1 1 The discharge nozzle for the "dry process" shall be equipped with a manually operated water injection system capable of directing an even distribution of water through the sand - cement mixture. It must also be capable of ready adjustment to vary the quantity of water by the nozzleman. Also, for the "dry process ", a sufficient number of water -rings and nozzle liners, as well as various sizes and types of nozzle, shall be on hand before any gunite work may be applied. Equipment parts, especially the nozzle liner and water -ring, shall be regularly inspected and replaced as required. E. Placing and Finishing The Contractor shall satisfy the Engineer that the nozzleman has had a minimum of 2 years continuous experience on structural gunite work, at least 6 months of which shall have been as nozzleman. Gunite pool and ditch construction shall not be considered as qualifying experience for the nozzleman. Gunite on walls shall not be placed in layers thicker than 3/4 ". The material shall be applied sufficiently wet that a proper flow of gunite into corners may be expected. Gunite placement on walls shall be started at the bottom then progress upward. - 41 - Cement slurry coats over wire may be applied by the dry or the wet gunite process. The application velocity shall be high enough and the mix wet enough that a proper penetration into all voids around the wire is insured. Plaster mixers may be used if sufficient air and pressure can be added at the nozzle to insure proper penetration of the material. The flash coat shall be applied before the slurry coat sets up. Flash coatings shall be applied on the wire at a wet enough consistency to insure a proper flow of the material around the wire. The minimum cover over the wire, not including the thickness of the wire, shall be 3/8 inch minimum. Second coatings shall be applied over the final flash coat to a minimum thickness of 5/8 inch. The surface of this coat shall be broomed after the initial set of the gunite. Finish coatings shall be applied over the final coat to a minimum thickness of 5/8 inch. Immediately in advance of applying the slurry coat, the second coating and the finish coating, the existing surface shall be cleaned and sprayed with air and water. F. Curing Intermediate layers of gunite shall be kept damp by hand spraying with water. - 42 - 0 The final gunite surface shall be continuously water cured for a period of 7 days. Membrane curing will not be permitted. - 43 - XVII. Painting The exterior wall and roof slab of the reservoir shall be painted with two coats of Sika -Seal at the rate of 150 square feet per gallon per coat. The first coat shall be applied as soon as the water curing of the gunite or concrete has ceased. The second coat shall be applied when the testing of the reservoir is completed. The Sika -Seal shall be applied in accordance with the manufacturer's recommendations. - 44 - XVIII. Reservoir Testing After the reservoir construction has been completed, but prior to backfilling the walls, the reservoir shall be filled and remain filled for 10 days. The leakage shall then be determined by measuring the drop in the water surface which shall not exceed 1 /10 inch in 24 hours. In addition, all visible leaks shall be stopped in a manner approved by the Engineer. Water for the initial filling of the tank will be furnished by the City at no expense to the Contractor. If the reservoir needs to be drained and refilled to make repairs, no charge will be made for the refilling provided the water drained from the tank is acceptable by the Engineer for reuse in the City's water system. If the water is not acceptable for use in the City's system, then $300 shall be deducted from amounts due the Contractor for each refilling required. Prior to filling the reservoir, the inlet line and the reservoir shall be sterilized as specified herein. - 45 - XIX. Utility Tunnel The tunnel may be constructed by use of Quickset preformed sections as manufactured by Associated Concrete Products, Inc. or by poured -in -place methods. Final approval for use of Quickset products by the Engineer will be contingent upon receipt of shop drawings and structural calculations indicating that the components when assembled can unconditionally satisfy the use for which they are intended. Calculations must include the variable height backfill and the access shaft. Supports shall be provided under all valves, the altitude control valve, and pipe, as required, to provide a rigid system. The hole in the tunnel roof required for the valve control extension shaft shall be located and cored after the valve has been assembled and the exact location is known. If the tunnel is poured in place, construction shall conform to the requirements of the Concrete Section of these Specifications. - 46 - XX. Altitude Control Valve & Appurtenances A. Valve The altitude control valve shall be a Clayton Two -way Flow- 206 -1M, CI BZT, flanged, with epoxy internal coating as manufactured by the Cla -Val Company of Newport Beach, California. Flanges shall be 125 lb. conforming to ANSI B 16.1. The stem shall be supplied with a plastic sleeve. The valve and appurtenances shall be installed in conformance with the manufacturer's recommendations. The height difference between the surfaces of the mercury in the chambers shall be set at 1110 ". This is intended to close the water supply valve when the water in the tank reaches an elevation of 661.5171. This provides a maximum water depth of 24'11" above the floor of the tank and 118" below the overflow elevation. B. Sensing Line The pressure sensing line from the pilot control to the flanged wall sleeve shall be 3/4" copper tubing attached securely to the inside wall of the tunnel by use of galvanized metal clamps at 3 -foot minimum intervals. Pipe bends and clamps shall not crimp or deform the pipe in any way. The pipe shall be installed on a straight grade upward from its connection to the pilot control to the corporation stop so as to avoid creation of air pockets. - 47 - C. Curb Stop A 3/4 inch curb stop and drain shall be installed on the sensing line as indicated on the plans. The curb stop shall be Mueller H- 15288. D. Water Level Gauge A water level (altitude) gauge, Crosby- Ashton AAAH- 30417, shall be mounted on the 3/4" x 1/4" tee in the 3/4" copper pressure sensing line as indicated on the plans. The dial shall face the access shaft and shall have a range from 0 to 30 feet of water. The gauge shall be calibrated after installation so that the water level in the reservoir is accurately indicated. 'mss XXI. Piping A. General All piping materials shall conform to the applicable portions of Section 207 of the Standard Specifications. B. Cast Iron Pipe Cast iron pipe and fittings shall comply with applicable portions of Section 207 -9 of the Standard Speci- fications. Pipe shall be Class 150. Cast iron fittings shall conform to Section 207 -9.9 of the Standard Specifications and shall be for a working pressure of 150 psi. All cast iron pipe and fittings shall be cement lined. C. Copper Pipe Copper pipe shall conform to A.S.T.M. Designation 888 Type K. Fittings shall be wrought copper designed for 150 psi working pressure with soldered joints unless otherwise shown. D. Asbestos Cement Pipe ' Asbestos cement pipe to be used in construction of the overflow and storm drains shall conform to Section 207 -6 ' of the Standard Specifications. ' E. Victaulic Couplings Victaulic couplings shall be Style 44 as manu- factured by the Victaulic Company of America. ' F. Sleeve Type Couplings ' Sleeve type couplings located in the utility tunnel shall be Dresser Style 53 as manufactured by Dresser Industries. ' The coupling between the cast iron and asbestos - cement pipe shall be a "Ring -rite" adaptor. ' G. Gaskets and Bolts Gaskets for flanged joints shall be full face ' and cut from 1/8" thick rubber. ' Bolts for above ground (utility tunnel) flange joints shall conform to the requirements of the "Specifica- tions for Low Carbon Steel Externally and Internally Threaded Standard Fasteners ", Grade B (A.S.T.M. Designation A307). ' Bolts shall have a minimum tensile strength of 55,000 psi. ' Bolts and nuts for buried flange joints and for all fittings inside the reservoir tank shall be Type 316 Stainless Steel. 'H. Pipe Line Testin The piping system shall be tested in accordance ' with Section 306 - 2.3.10 of the Standard Specifications. 1 Water for the tests will be furnished by the City. I. Protective Coatings The exterior surface of all buried valves, flanged joints, and other buried items which are not mortar coated 1 - 50 - 1 1 except for cast iron pipe and fittings shall be thoroughly cleaned and given two coats of EC -244 as manufactured by Minnesota Mining and Manufacturing Company. The coating shall be applied strictly in accordance with the manufacturer's recommendations. After drying, the coating shall have a minimum thickness of 1/8 inch. - 51 - XXII. Disinfecting The piping system shall be disinfected in accordance with Section 306 - 2.3.10.2 of the Standard Specifications. Prior to disinfecting the reservoir, the interior shall be thoroughly cleaned. All loose debris shall be removed and then the walls and floor washed thoroughly with clean water. The inlet - outlet pipe shall be capped during the cleaning operation after the wash water has been removed. Water containing 50 ppm chlorine shall be placed in the reservoir to such depth that when the tank is filled the resultant chlorine concentration shall be no less than 2 ppm. The water containing 50 ppm chlorine shall be held in the reservoir for 24 hours before the reservoir is filled. The full reservoir, in turn, shall be allowed to stand for 24 hours, after which the reservoir may be put into service without draining the water used to disinfect it. - 52 - XXIII. Reservoir Water Level Transmitter The water level transmitter shall be compatible with the Zone IV reservoir level receiver unit (Bristol Model IMIM500G14R) to be installed, by others, in the control building at the City of Newport Beach's Big Canyon Reservoir. The Contractor shall acquaint himself with these controls by contacting the City's Public Works Department, phone (714) 673 -2110, and by reviewing the construction plans for the City's Contract C -1350, Plans W- 5082 -5. The instrument shall indicate as well as transmit the reservoir water level. The indicating scale shall have a range of 0 - 30 feet. The transmitter shall be enclosed in a case suitable for mounting in the weatherproof electrical cabinet shown on the plans. The transmitter shall be Bristol OG685M -14. The transmitter shall be connected to a Bristol ' Pressure Bulb #31 by 1/4 -inch copper tubing. In the ground, ' attach the 1/4 -inch tubing to the electrical conduit. This should be accomplished outside the access shaft, through the ' wall, and down the access shaft. At that point the line shall be run over to the side of the tunnel where the altitude ' control valve's pressure sensing lines are to be located. t - 53 - 1 1 1 0 0 The tubing shall then be attached to the inside face of the tunnel and run along with the pressure sensing lines. Care shall be taken in bending and attaching the tubing to avoid crimping. The pressure bulb shall be mounted on a 1/4 -inch tee in the 3/4 -inch pressure sensing tubing adjacent to the altitude gauge. The Contractor shall make the necessary electrical connections between the transmitter and electric service; but the City will make the arrangements with the Telephone Company for the necessary transmission connections. - 54 - XXIV. Electrical Service and Lighting A. General The work covered by this section consists of furnishing all labor, materials, and equipment and perform- ing all operations required for a complete and operable electrical system as indicated on the drawings and /or as specified herein. Miscellaneous appurtenances are not necessarily specified or shown on the plans. All work and materials shall be in accordance with the City of Newport Beach Electrical Code which is the 1968 National Electric Code. Materials shall be new, shall be listed and approved by Underwriter's Laboratories, and shall bear the Inspection Label where subject to such approval. B. Electrical Cabinet The electrical cabinet shall conform to the dimensions shown on the drawings. The meter socket, circuit breaker panel and reservoir level transmitter shall be mounted within the cabinet. The cabinet shall be free standing, weatherproof construction and equipped with double hinged doors that have a hasp and bolt for two padlocks. The cabinet shall be hot - dipped galvanized after fabrication. C. Service The Contractor shall apply for service in the - 55 - name of the City to the Southern California Edison Company for installation of the meter. The Contractor shall provide the meter socket, the conduit stub, and pay all service and cable charges required by the Edison Company. The meter socket shall be single phase, 125 amp., and conform to the Edison Company requirements. Five 15 amp. circuit breakers shall be installed in the electrical cabinet. The tunnel lighting circuit, irrigation controller, water level transmitter and area lighting circuit shall be connected to separate circuit breakers. D. Conduit Exposed conduit shall be rigid steel conforming to the requirements of Section 209 -1 -3 of the Standard Specifications. Buried conduit shall be PVC Schedule 40 conforming to NEMA. Standard TC -2 and shall be U.L. listed. E. Electrical Fixtures Three lights shall be installed along the roof of the tunnel as shown on the drawings. The fixtures shall be incandescent, vaporproof, ceiling mounted with clear globe and screw guard, 200 watt Crouse -Hinds No. V22009. An outdoor type toggle switch shall be installed in the lighting circuit immediately inside of the access hatch. The switch shall be Standard Grade "T" rated, 20 amps, 125 volts, Crouse -Hinds DS128. - 56 - 0 E The convenience outlet shall be three -pole, polarized, twist -lock type with grounded pole, rated 15 amperes, 125 volts, and shall be equipped with cover plate and "FS" box, Hubbell No. 7580G. * * * * * * * * * * * - 57 - 11 • • ' XXV. Valves ' All gate valves shall conform to Section 207 -14 of the Standard Specifications, with flanged ends and hand wheels. ' The flanges shall be faced and drilled to conform with ANSI ' B 16.1 Class 125. The valve stem extension on the reservoir outlet ' valve is intended to provide for operation of the valve from the surface as well as inside the tunnel. The extension ' shall be plumbed true vertically and located in the center of the shaft. The hole for the extension shaft shall be located ' and cored through the roof of the tunnel after the valve is installed in its final position to insure that it is ' directly over the center of the valve. The shaft shall be securely attached to the roof of the tunnel so that it does not shift during backfilling. The shaft shall be asbestos ' cement pipe, Class 100. Joints shall be sealed to prevent ground water leakage. ' The extension shall be bolted to the valve stem in such a manner that it can be detached for valve removal or ' maintenance. 1 - 58 - 1 1 1 0 0 XXVI. Access Hatches The reservoir access hatch shall be a roof scuttle, aluminum, Bilco Type S -50. The access tunnel hatch shall be a double leaf door, aluminum, Bilco Type JD -4AL. The hatches shall be fastened to the concrete curbs in accordance with the manufacturer's instructions. - 59 - 0 0 XXVII. Access Ladders The reservoir access ladder shall be fabricated of steel to the dimensions shown on the plans. The ladder shall be hot -dip galvanized after fabrication. To facilitate handling, the ladder may be fabricated in sections and field bolted. The bolted splice shall be approved by the Engineer. All miscellaneous metal fittings, brackets and bolts shall be galvanized. The portable ladder for the access tunnel shall be steel hot -dip galvanized after fabrication, Alhambra Foundry A -3380. 0 0 XXVIII. Air Vent The air vent shall be constructed as shown on the drawings. All fabricated steel shall be hot -dip galvanized after fabrication. The fiberglass filters shall be standard commercial filters conforming to the dimensions shown on the drawings. * k * * k k * k - 61 - XXIX. Dampproofing Membrane A dampproofing membrane shall be applied to the exterior surface of the reservoir roof slab. The membrane shall consist of a primer and 3 layers of asphalt alternated with 2 layers of glass fiber fabric. The primer shall be Johns - Manville unfibered asphalt emulsion diluted with not more than 20% water. Asphalt shall be Johns - Manville unfibered asphalt emulsion. The glass fabric shall be Johns - Manville Duramesh, Type 931. The dampproofing shall be applied in accordance with Johns - Manville Specification DP -1. Earth backfill shall be placed over the dampproofed surface in such a manner that the membrane is not damaged. - 62 - XXX. Impermeable Membrane A. General Requirements The work covered by this Section consists of installing a polyvinyl chloride (PVC) plastic membrane covered with a layer of sand beneath the reservoir together with an underdrain system as shown on the drawings. B. Special Requirements Previous Experience of the Contractor: The membrane Contractor shall have demonstrated his ability to do this work by having previously successfully installed in hydraulic structures such as reservoirs and lakes a minimum of one million square feet of PVC plastic linings. C. Earthwork ' The earthwork necessary to prepare the subgrade below the membrane shall be done in accordance with the ' requirements of Section XI. The excavated material may be ' stockpiled and used for reservoir backfill. D. Sand Blanket tThe material for the sand blanket shall conform to Section 200 -1.5 of the Standard Specifications with a minimum sand equivalent of 50. The sand shall be placed on ' the completed subgrade and compacted to 95% density. The finished surface shall not vary more than 0.05 feet from the 63 - 0 9 indicated grades and shall be maintained in a uniform and smooth condition during the placing of the PVC membrane. E. PVC Plastic Membrane Material 1. Description of PVC Plastic Materials: The PVC Plastic material shall consist of widths of.calendered Polyvinyl chloride sheeting fabricated into large sections by means of special factory- bonded seams into the minimum number of large sections required to fit the reservoir. It shall be as manufactured by Staff Industries, Inc., Upper Montclair, New Jersey, or approved equal. All PVC plastic materials shall be delivered to the job site in original sealed containers with the brand and name of the manufacturer clearly identified. a. Material Composition. The PVC material shall be manufactured from domestic virgin polyvinyl chloride resin and suitably compounded of high quality ingredients to produce a flexible, durable, water - tight product. Addition of all formula ingre- dients in the mix stage shall be such as to insure complete dispersion throughout the compound prior to calendering. The calendered material shall be produced in a standard minimum width of 54 inches and shall be uniform in color, thickness, size and surface texture. Thickness shall be 20 mils as shown on the drawings. - 64 - 0 0 b. Material Physical Characteristics. The PVC plastic material shall be certi- fied in writing by the manufacturer to have the following minimum physical characteristics: Typical Test Test Test Values Method 1. Thickness Specified ± 108 2. Specific Gravity 1.24 - 1.30 3. Tensile Strength, psi, min. 2200 4. Elongation, 8 min. 3008 5. 1008 Modulus, psi 1000 - 1600 6. Elmendorfer Tear,gms /mil,min. 160 7. Graves Tear, lbs /in.,min. 270 8. Water Extraction, 8 max. 0.35 9. Volatility, 8 max. 0.7 10. Impact Cold Crack OF. -20 11. Dimensional Stability, max. 8 (100oC -15 min) 5 12. Shore Durameter, "A" 65 - 75 13. Outdoor Exposure, sun hrs. 1500 14. Bonded Seam Strength 8 of Tensile, min. 808 15. Pinholes /10 sq. yds. max. 1 16. Resistance to Burial 17. Alkali Resistances 18. Color ASTM D882 -B ASTM D882 -B ASTM D882 -B ASTM 689 ASTM D1004 AST14 D1239 ASTM D1203 ASTM 1790 ASTM D676 Meets USBR Test (specially formu- lated for resistance to micro - biological attack) Passes Corps of Eng. CRD- 572 -61 Black or Gray Factory Fabrication Individual widths of PVC plastic material shall be factory fabricated into large sections by solvent or electronic bonding into the minimum number of pieces required - 65 - 0 0 to fit the subgrade using a minimum joint width of � inch. After fabrication, the sections shall be accordion - folded in both directions and packaged for minimum handling in the field. Wooden boxes for packaging shall be used for all sections which weigh over 1,000 pounds to prevent damage to sheeting during shipment. d. Adhesive. All PVC -to -PVC adhesives shall be of a type or types recommended by the manufacturer for use with their material. F. Installation of PVC Plastic Membrane 1. General: The PVC plastic sections shall be installed on the prepared surfaces of the bottom and slopes of the subgrade in such a manner as to assure minimum handling. The sections shall be of such lengths and widths and shall be placed in a manner to reduce jointing to a minimum. Any portion of the sections damaged during installation by any cause shall be removed or repaired by using an additional piece.of material as specified under Paragraph F.l.b. a. Field Lap Joints. Lap joints shall be used to seal factory - fabricated pieces of PVC plastic sections together in the field. 0 0 Lap joints shall be formed by lapping the edges of the pieces a minimum of two (2) inches. The contact surfaces of the pieces shall be wiped clean to remove all dirt, dust, moisture, or other foreign materials. Sufficient cold - applied PVC -to -PVC adhesive shall be applied to both contact surfaces in the joint area and the two surfaces pressed together immediately. Any wrinkles shall be smoothed 'out. After the initial seal of the lap joint has been made, any free edges of the PVC plastic sections shall be resealed using adhesive to insure a completely watertight joint. b. Repairs to PVC Plastic Sheeting. Any necessary repairs to the PVC plastic sheeting shall be made using a sufficient size piece of the PVC plastic sheeting and PVC -to -PVC adhesive. Method of application shall be as specified under Paragraph F.l.a. G. Vitrified Clay Underdrain Pipe 1. Material The 4" underdrain pipe shall be perforated flat bell extra strength vitrified clay conforming to ASTM ' C -211. The flat bells shall have integrally formed lugs to provide for positive placement of perforations. The 6" ' underdrain pipe shall be extra strength non - perforated vitri- fied clay with plastic compression joints conforming to 1 ' - 67 - Section 207 -8 of the Standard Specifications. 2. Installation Underdrain pipe shall be laid to the lines and grades indicated in accordance with the applicable portions of Section 306 of the Standard Specifications. The flat bell perforated pipe shall be laid directly on the PVC membrane. The non - perforated pipe shall be bedded as required in the Standard Specifications. H. Permeable Material Permeable material for use in backfilling over the perforated underdrain and PVC membrane shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. The percentage composition by weight of permeable ' material in place shall conform to the following grading when ' determined by Test Method No. Calif. 202. Sieve Sizes Percentage Passing 'ill 100 3/4" 90 -100 3/8" 40 -100 No. 4 2,5 -40 No. 8 18 -23 No. 30 5 -15 ' No. 50 0 -7 No. 200 0 -3 1 U 0 0 When tested in accordance with Test Method No. Calif. 229, the permeable material shall have a durability index of not less than 40. The permeable material shall be placed over the underdrains and the PVC membrane and compacted to 95% density. Extreme care shall be taken during placement and compaction to prevent damage to the PVC membrane. * * * * * * * * * * * 69 - I F 7 • 0 ' XXXI. Irrigation System A. Scope The Contractor shall perform all irrigation work as indicated and specified, complete. ' B. General Conditions t All scaled dimensions are approximate. The Contractor shall check and verify all site dimensions and re- ' ceive Engineer's approval prior to proceeding with work under this Section. The Contractor shall coordinate installation of all sprinkler materials, including pipe, so there shall be no interference existing with, or difficulty in planting trees, shrubs, planting, or utilities and other constructions. The Contractor shall keep the premises clean and free of excess equipment, materials and rubbish incidental to work. The Contractor shall protect work and work of others at all times in performance of work. The Contractor shall carefully note all finished grades before commencing work. He shall restore any finished grade changed during course of this work to original contours. C. Materials - 70 - 0 0 assemblies) in such a manner as to conform with details per plans. Install NO multiple assemblies on plastic lines. Provide each assembly with its own outlet. Install all assemblies specified herein in accor- dance with respective detail. In absence of detail drawings or specifications pertaining to specific items required to complete work, perform such work in accordance with best standard practice with prior approval of engineer. 3. Line Clearance: All lines shall have a minimum clearance of 6" from each other, and from lines of other trades. Parallel lines shall not be installed directly over one another. ' 4. Trenching: Dig trenches straight and sup- port pipe continuously on bottom of ditch. Lay pipe to an even ' grade. Follow layout indicated on drawings. Provide minimum cover of 12" for all non - pressure lines. Provide minimum cover ' of 18" for all pressure lines. 5. Thrust Blocks: Provide pouted concrete thrust blocks at each horizontal and vertical change of direction ' on all pressure lines. (see detail) 6. Backfilling: Compact backfill for trench- ' F_ i - 71 - 1. Pipe Lines and Fittings: Pressure supply lines shall be PVC 21101 Schedule 40, Type II, Grade I NSF approved. Non - pressure lines shall be PVC 1220 class 200, Type I, Grade II NSF approved. All solvent shall be approved by manufac- tirer of pipe and fittings. Plastic fittings shall be Ring Tite PVC, Type I, IPS Schedule 40, NSF approved on all pressure lines, or PVC, Type I - II IPS Schedule 40, NSF approved on all non - pressure lines. Couplings shall be made from extruded stock, reamed with a taper. All plastic fittings shall be a molded type fitting. 2. "E" Series. Install 3. #33. Install as per 4. Install as per detai 5. Remote Control Valve: Shall be Rain Bird as per detail. Quick Couplers Valves: Shall be Rain Bird detail. Pressure Vacuum Breaker shall be S.M.R. 1 . Control Wiring: Use direct burial wire AWG -UF type. Wiring - 72 - i 0 0 ' shall occupy the same trench and shall be installed along the same route as the pressure supply lines wherever possible. where more ' than one wire is placed in a trench, the wiring shall be taped together at intervals of 15 feet. tAll splices shall be soldered, coated with ' General Bakelite Cement (or approved equal). An expansion curl should be provided within 3 feet of each wire length on runs ' more than 100 feet in length. Expansion curls shall be formed by wrapping at least 5 turns of wire around a one or more inch ' diameter pipe, then withdrawing the pipe. ' 6. Automatic Controllers: :hall be Rain Bird Controllers, 120 V, 60 cycle, A.C.,, pedestal mounted as per ■ detail. 7. Irrigation Heads: Shall be type and perfor- mance as noted on Legend. Install as per detail. D. Installation Procedures 1, water Supply: Install irrigation system to point of connection at approximate locations shown on drawings. Contractor will be responsible for minor changes caused by actual site conditions. 2. Assemblies: Routing of pressure supply lines as indicated on drawings is diagrammatic. Install lines (and various - 73 - 6 0 ing to dry density equal to adjacent undisturbed soil, and con- form with adjacent grades without dips, sunken areas, humps, or other irregularities. Place a minimum of 6" of clean soil, free of debris, rock, etc. under and over lines for initial backfill on all pressure supply lines. Place initial backfill on all non - pressure lines of a fine granular material with no foreign matter larger than 1/2" in size. 7. Testing: Test all pressure lines under hydrostatic pressure of 125 lbs per sq in, and test all non - pressure lines under existing static pressures and prove both watertight. Sustain pressures in lines for not less than 4 hours. If leaks develop, replace joints and repeat test until entire system is proven watertight. Tests shall be observed and approved by Engineer prior to backfilling. Upon completion of each phase of work, test entire system and adjust to meet site requirements. 8. Electrical: The Contractor shall be re- sponsible for making electrical connections for the automatic controller. 9. System Check: Completely check and ad- just entire system and make any repairs that are necessare to complete this work. Notify Engineer in writing upon completion of this work. - 74 - 10. Inspection of Work: Installation and operations must be approved by Engineer, as specified. 11. Record Drawings: Contractor shall pro- vide a reproducable drawing of exact locations of following items, drafted in neat and legible form: Connections to existing water lines and backflow units; gate valves; routing of sprinkler lines; sprinkler control valves; routing of control wire. E. Equipment Contractor shall supply and deliver to the Engineer the following equipment and information: 2 coupler valve keys with hose swivel ell; 2 sets of various special wrenches or tools that may be required for adjustment of sprinkler heads or equipment; 1 set of operating manuals, for each piece of equipment having same. F. Guarantee The entire sprinkler system shall be guaranteed in writing by the contractor as to material and workmanship, in- cluding settling of backfilled areas below grade for a period of one year following the date of acceptance by City Council. Should any operational difficulties in connection with the sprinkler system develop within the specified guarantee period, which in the opinion of the Owner may be due to inferior material and /or workmanship, said difficulties shall be immediately corrected by the contractor to the satisfaction of the Owner at no additional cost. - 75 - 11 FORM OF GUARANTEE • ' When required by the specifications, written guarantees shall be in the form of the following guarantee, on the sub- contractor's, contractor's or materials supplier's own letterhead: " GUARANTEE FOR We hereby guarantee that which we have installed in have been done in accordance with the drawings and specifications and that the work as installed will fulfill the requirements included in the specifications. We agree to repair or replace any or all of our work, together with any other adjacent work which may be displaced by so doing, that may prove to be defective in its workmanship or material within a period of years from date of acceptance of the above mentioned structures by owner, ordinary wear and tear and unusual abuse or neglect excepted. In the event of our failure to comply with the above mentioned conditions within a reasonable period of time, as determined by the owner, after being notified in writing by the owner, we, collectively or separately, do hereby authorize the owner to proceed to have said defects repaired and made good at our expense, and we will honor and pay the costs and charges therefor upon demand." Signed (Gen. Contractor or Sub - Contractor) Counter- signed General Contractor if for Sub - Contractor) Local representative to be contacted for service Name Address Phone No. - 76 - 6 XXXII, Landscape Planting A. Scope Perform all grading and soil preparation, planting and maintenance as indicated and specified, complete. B. Grading Install grades as indicated on drawings. All grades shall be finished to within plus or minus 1 /10 foot. Soil compaction in planting areas shall not be greater than 90 %, and not less than 80 %. C. Soil Preparation 1. Materials: Organic amendment - derived from wood or bark, granular in nature, stabilized with nitrogen and fortified with minerals, and having the following properties: Particle size - min. 95% passing 4 mesh screen; min. 80% passing 8 mesh screen. Nitrogen content - 0.5% based on dry weight for red- wood sawdust. 0.7% based on dry weight for fir sawdust. 1.0% based on dry weight for fir or pine bark. NOTE: Pine sawdust is not acceptable. Salinity - maximum conductivity 3.5 millim- hos/cm p 25 degrees C., as measured by saturation extract con- ductivity. Organic content - nlin. 90% by weight. or equal. 2. Fertilizer: Commercial fertilizer - 6- 20 -20, Best Co., - 77 - r ' 3. Approved Imported Soil.: Approved non - saline soil on top 18% i Sandy loam, free of toxic minerals, clay and clay lumps; testing- ' maximum conductivity 3.5 millimhos /cm at 25 degrees C., as measured f, by saturation extract conductivity. I 'D. Soil Preparation Procedure 1. For trees and shrubs the following prepared soil mix shall be used for backfill in tree pits: j I Quantities per Percent by Cu yd of Mix Volume Soil (Excavated) 6.25 cu ft 25 Organic Amendment 6.25 cu ft 25 Imported, non- saline I, ' soil 13.5 cu ft 50 Plus: 5 lbs of commercial fertilizer 6/20/20 E. Preparation of Landscape Areas All planting areas are to be graded. Uniformly j apply 20 lbs commercial fertilizer 6 -20 -20 and 6 cu yds organic amendment to all planting areas per each 1,000 sq ft, and work into soil by cultivating, spading or rototilling to a depth of at least 3 to 6% and finish grades to smooth finish 1 inch below adjacent paving or curbs, and remove all rubble, rubbish and weeds from site. Y. Samples and Compliance Testing Designated testing or raw materials used and final mixes shall be performed by a soils laboratory selected and paid for by the owner. In the event of noncompliance, Con- tractor shall make necessary corrections by additional submittals or by adding, properly admixing, or otherwise, adjusting backfill mixes in the manner to be specified by the Engineer with subsequent conformance tests to be carried out at the expense of the Contractor until conformance has been attained. The following samples of materials shall be supplied to the designated laboratory by the Contractor at the commencement of work: organic amendment, wood residual: submit 1 cu ft for each kind approved, and for each 70 cu yds delivered to the site; organic amendment, manure: sub- mit 1 cu ft loose measure, taken directly from a newly opened bale; import soil: obtain representative sample of proposed import soil and submit 1 cu ft loose volume. Each sample shall be placed in a sturdy con- tainer, properly labeled and dated. Materials will be tested upon receipt with report of results to be supplied to the Engineer and Contractor. G. Statement of Confirmation Contractor shall submit statements of confirmation of compliance with specifications, and suppliers' invoices of fer- tilizer, soil amendments, imported soil and /or volume for each de- - 79 - i • livery on site and portion of project where it will be used the day of delivery. H.. Planting 1. Plant Materials - Quality and size of plants shall be as approved, fresh, vigorous, of normal growth, free of diseases, insects, insect eggs and larvae. Sizes of plants shall be as stated on plans. No root bound or under- sized materials will be acceptable. Plants shall be subject to inspection and approval or rejection, at place of growth and on project site at any time before or during progress of work, for size, variety, condition, latest defects and injuries. Remove re- jected plants from site immediately and replace at Contractor's expense with plants approved by Engineer. Protect all plants from damaging sun and wind. Damage may be cause for rejection even after initial approval. Sub- stitutes will not be permitted unless specifically approved in writ- ing. Nomenclature shall conform to customary nursery usage. Quantities shall be dictated by need. Provide materials as needed to complete indicated work whether correctly estimated on drawings or not. 2. Staking and Guying Materials - Stakes: dimensions shown, of redwood and uniform size, pointed at one 3. Seed Material: blend 80% Alta Fescue and 20% Meadow Fescue. 90% germination, 95% purity. I. Planting Procedures Stake plant locations or place approved quan- tities of plants in containers on locations, if approved and when directed, and obtain approval before excavating pits, making necessary adjustments, as directed. Plant materials as soon as site is available and weather conditions are suitable, as approved and directed. Do not plant when weather conditions are unfavorable to good work, or if soil is excessively wet. Excavate pits with vertical sides for specimen trees 24" greater than root ball. The center bottom of pit to be 6" greater than root ball, and perimeter to be 12" - 18" greater. Do not excavate within 6" of any paved area, to permit handling and Planting without injury to balls of earth or roots, and of such depth that, when planted, crown of plant bears same relation to finish grades that it did to soil surfaces in place of growth. - 81 - end ( see detail for wood type for pole). Hose and Wire Ties: for covering wire, 2 -ply, 1/2" diameter, reinforced rubber, or ' approved plastic, new, garden hose type. Wires to be pliable zinc - coated iron of number 16 gage. Anchors: (deadmen) for hold- ' ing guys, 2x4" solid lumber, 3" long redwood. Stake or guy as per detail. 3. Seed Material: blend 80% Alta Fescue and 20% Meadow Fescue. 90% germination, 95% purity. I. Planting Procedures Stake plant locations or place approved quan- tities of plants in containers on locations, if approved and when directed, and obtain approval before excavating pits, making necessary adjustments, as directed. Plant materials as soon as site is available and weather conditions are suitable, as approved and directed. Do not plant when weather conditions are unfavorable to good work, or if soil is excessively wet. Excavate pits with vertical sides for specimen trees 24" greater than root ball. The center bottom of pit to be 6" greater than root ball, and perimeter to be 12" - 18" greater. Do not excavate within 6" of any paved area, to permit handling and Planting without injury to balls of earth or roots, and of such depth that, when planted, crown of plant bears same relation to finish grades that it did to soil surfaces in place of growth. - 81 - i • Plant pits no smaller than the following sizes: 1 gallon plants - 18" deep, 18" in diameter 5 gallon plants - 24" deep, 24" in diameter 15 gallon plants - 30" deep, 30" in diameter Scarify bottom of pits and dust with sufficient gypsum to cover. Set plants in center of pits, in vertical position so that crown of plant is level with finished grade after allowing for watering and settling of soil, and backfill with prepared plant- ing mix as indicated. Form shallow basin around edge of plant ball by de- pressing soil slightly below finished grade. Form basin rims. Keep basin within outer edges of plant ball. Grade areas around plants to finish grades and dispose of excess soil. Stake trees designated to be staked, as per detail, with stake or stakes on windward side of tree. Guy trees designated to be guyed, as per detail. Apply Bandini Weed Preventer 10 -6 -4 to all areas of ground cover, shrubs and trees, but not on lawn areas, at the rate of 20 lbs per 1,000 sq ft. The preventer shall be applied in one of 3 methods by choice of applicator: hand Cyclone spreader, wide open at a moderate walk; wheel Cyclone, hand propelled at No. 6h setting in small areas inaccessible for mechanical applicators; hand applied by spreading a 1 lb coffee can of material containing 2 lbs per 100 sq ft. Following application the granules of the need Preventer must be washed off plant foliages by hand with a light 11 j 0 U ' spray of water, so as not to displace the application with a strong force. 1. Inspection: Required at end of construction period to establish time for beginning of maintenance period. ' Notify the Engineer at least 7 days in advance of required inspection. 2. Ground Cover Installation: Plant ground covers in designated areas. ' Plant rooted cuttings and divisions from flats into moist soil and in neat, straight rows parallel to the nearest paving or header at intervals as specified on plans. Smooth soil about plants and leave areas in neat and clean condition. Do not pile soil around crown ' of any plants. ' Hand water ground cover plants at once, and twice a week carefully and individually with slow, soft stream of ' water making sure that soil is settled around the roots, but making sure, also, not to wash soil or plants. Not more than one hour ' shall elapse from the time ground cover is planted until it is ' watered. Ground cover plants on slopes shall have half cup -like arrangement for holding water. Ground cover plants shall not be ' allowed to dry out before or while being planted. 3. Lawn Installation: tPlant lawn in the areas indicated on plans. Finish grades, filling as needed or removing surplus dirt and 1 floating areas to a smooth, uniform grade as directed and approved. All lawn areas shall slope to drain. ' - 83 - I i1 1 i • 1 All areas shall have a smooth and continual 1 grade between existing or fixed controls (such as walks, curbs, 1 catch basins, elevations at steps or buildings). Roll, scarify, rake and level as necessary to obtain true, even surface. All 1 finish grades shall meet approval of the Engineer before seeding. Sow grass seed, Alta Fescue and Meadow Fescue, 1 at the rate of 12 lbs. of seed to each 1,000 sq £t of lawn area. 1 Distribute seed evenly and uniformly. Rake lightly to 1/4" of depth without displacing seed and mulch with approved steer manure 1 at the rate of 3/4 cu. yd. per each 1,000 sq.ft. Roll with suitably weighted roller. Water with a fine spray. Keep surfaces of seeded 1 area damp until germination of seed, but do not flood with excess water. J. Maintenance Maintenance shall begin immediately after each plant and each portion of lawn is planted, and shall continue after inspection and acceptance for maintenance for at least 30 days, and as much longer after as necessary to establish acceptable lawns and thriving plants, as approved and accepted by the Engineer. 1. Watering: A sprinkler system is provided for maintaining general moisture requirements. Hand watering of newly planted trees, and shrubs will, however, be required once every week for three weeks, or as weather conditions require. Use hose bib connections to hand water container planting. - 84 - 2. Cultivation, Weeding, Aeration, Water Conservation: After any period of more or less continuous watering, during which soil moisture is maintained at near satur- ation point, cultivate all areas by scarifying the surface 1" by means of potato hooks, hoes or rakes. Scarify completely between all planting except turf areas. Do not change grade, remove basins or berms in the process of such cultivation. Follow the cultivating by three days of non - irrigating, assuring the killing off of weeds, aeration and water conservation. Repeat cycles of irrigation and cultivation as needed to maintain all plantings in thriving and weed free condition. Remove basins of shrubs and ground covers during the last cultivation prior to acceptance and after approval by the Engineer. 3. Pruning: Unless otherwise directed, prune only to remove dead or broken branches of tree or shrub parts. 4. Spraying: Examine frequently, but at least once a week, all plants, especially any which are subject to common insect depredation such as aphids, mealy bugs, ants, etc., to es- tablish need for counter measures. Spray or dust immediately as required for adequate control of any diseases, fungi, insects, etc., and as directed by the Engineer. 5. Maintain Trees and Shrubs: Maintain trees and shrubs in a vigorous, thriving condition by watering, cultivating, pruning, spraying, 6 0 fertilizing and other necessary operations. Replace any plant indicating weakness or probability of dying. Replace all tree stakes, guy wires or other tree supports that have been damaged or otherwise fail in their purpose. Keep all shrub areas free from noxious weeds and patches of Bermuda grass. Perform com- plete weed eradication at least once a week. Provide at least one experienced, capable groundsman, and additional labor deemed ne- cessary by the Engineer, to keep said areas maintained as specified. 6. Maintain Ground Cover: Maintain ground cover areas by watering, weeding, replanting and other necessary operations. Keep them free from all weeds, and remove all roots and stolons to eliminate them from the areas and to leave them in clean and acceptable condition by the end of the maintenance period. 7. Protect Lawn and all Planting: Protect grass and all planting against damage, including erosion, rodents, and trespass, and provide proper safe- guards as needed. Place stakes and twine barriers (visible day or night) around all planted areas, repair daily, and leave in place following acceptance of the work. Install twine barrier`in a straight, neat manner. Repair damage to the work made by pedestrians, animals, vehicular traffic, or any other cause until acceptance. B. Apply Commercial Fertilizer: Fertilize all areas 25 days after the be- ginning of maintenance and apply a commercial fertilizer 16 -6 -8 at the rate of 5 lbs, per 1,000 sq. ft. The Contractor shall re- cognize the responsibility for uniform application to dry turf and foliage, followed by a thorough irrigation (minimum of 1/2" of pre- cipitation) to avoid burn. Improper use of fertilizer resulting in damage to plants is the Contractor's responsibility, and any damage resulting must be corrected. K. Inspection Final inspection of lawns and planting will be made at the conclusion of the maintenance period. Submit written notice to the Engineer requesting same at least 7 days before an- ticipated date. L. Guarantees All trees shall be guaranteed in writing to live in a healthy condition for one year after planting. Dead or unhealthy trees shall be replaced immediately. All trees re- placed shall meet the same specifications as the original plants. Such replacements, including planting, staking, training, etc., shall be as originally specified, without cost to the Owner. , I I 1' 6 0 PLANT LIST Quan- tity Item Size 3 Erythrina humeana, 9 -101, low- branching, Guy 24" Box 3 Erythrina caffra, low branching Guy 48" box 18 Eucalyptus citriodora 5 gallon 19 Acacia latifolia 10, O.C. 1 " 20 Bougainvillea "Barbara Karst" 10, O.C. 1 " 96 Echium fastuosum 4' o.c. 1 to 59 Hemerocallis "Evergreen Yellow" 3' o.c. 1 " 72 Plumbago capensis 31 o.c. 1 " Lonicera japonica Halliana 12" o.c. flats vinca major 12" o.c. " Zoysia tenuifolia 8" o.c. " Artotheca calendula 12" o.c. " i x n 0 L 0 z 1 z;D rri t D < rn ^i a0 ai n JIB 137V 0 Ul C 3 3 D 4 I�um �IIIIIIn11Y�YNAlliil ��I�IImYIIINI �1lNN I N IIIIRIIiN0191191N1�9 0 z 1 z;D rri t D < rn ^i a0 ai n JIB 137V 0 Ul C 3 3 D 4 s n N 0 M Z G7 M LUZ -i r m �D_Ir rgr1 �Q N C 3 3 D .Z7 mm�nnnmm�nmusi� wlnAlll�lll�������1� ��IIIIRd�Nllllflilll��l �udu��u�iiuu��� �IIAOI M Z G7 M LUZ -i r m �D_Ir rgr1 �Q N C 3 3 D .Z7 RESOLUTION NO. 7 8 4 7 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR SPYGLASS HILL RESERVOIR, CONTRACT NO. C -1351 WHEREAS, pursuant to the notice inviting bids for work in connection with Spyglass Hill Reservoir, in accordance with the plans and specifications heretofore adopted, bids were received on the 10th day of October, 1972, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is E: L. Yeager Construction Company, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of E. L. Yeager Construction Company, Inc. for the work in the amount of $294,100.00 be accepted, and that the contract for the des- cribed work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 24th day of October , 1972. Mayor ATTEST: City Clerk DON dm 10/17/72 I� i 1 I t I , i CONTRACT NO. C -1351 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR SPYGLASS HILL RESERVOIR (1.5 MG) 1 BW PRESTRESSED TANKS IWC. YK S Y S T E M S. Phone: 442.9881 Area Code 714 Office: 1214 Pioneer Way Mailing Address:. P.O. Box 696 'El Calon, . California .92020 6 WORLD WIDE FIRST'S IN DEVELOPMENT a. Strand wrapping machinery for large application forces. b. Automatic electronically self- correcting stressing systems to keep applied wrapping forces with- in close stress tolerances (:- 1.25 %). c. Automatic electronic recording of applied wrapping forces as the prestressing steel is installed on the wall. d. Automatic electronic spacing of wrapped strand. e. Automatic electronically developed force - elongation graph for tendon stressing from start to finish. f. Energy reuse systems for wrapping machinery. g. Automatic grip and grip - release system for strandwrapping. h. Wrapping of epoxy coated galvanized flat steel in cylindrical wall- recesses. i. Longitudinal prestressing of protective mortar coating over wrapped wire on cylindrical walls and pipe. Y. Additional developments are in progress which will be released at a later date. =Trademark of a company dedicated to development of improved techniques. "Covered by patents and patents pending. 0 Photo 1: World's first: Vertically stressing of a 5 MG reservoir at Fountain Valley, Calif, using the DYK Force - Elong. Graph recording system. (Engineer: Woodside /Kubota & Associates, Inc., Santa Ana, Calif.) r Photo 2: Close up of control panel of DYK Force - Elongation Graph Recording System. Photo 3: Actual force - elongation record of a 20' long 1r /a" 0 Dywidag bar stressed at Fountain Valley, Calif. FEATURES OF DYK FORCE- ELONGATION GRAPH RECORDING SYSTEM 1. Automatic electronic recording of applied force and elongation during prestressing from start to finish. 2. Automatic electronic stressing shut-off when pre -set force has been reached. 3. Automatic electronic stressing shut -off when pre -set elongation has been reached. 'rr ,7 WORLD'S LARGEST STRAND WRAPPED RESERVOIR* FEATURING THE DYK STRAND WINDER This large capacity wrapping machine has been developed to apply large prestressing forces to cylindrical structures under extremely close force tolerances such as may be required for nuclear reactors and pressure vessels, large storage tanks, large diameter high pressure pipe, etc. The cylindrical structure may either be rotated while the tensioning mechanism is kept stationary or the tensioning mechanism may be rotated around the cylindrical struc� ture, such as shown in the photo on this page. The tensioning mechanism may either be supported from the ground, or supported from the top of the wall, or may be supported from a temporary or permanent ring beam attached to the wall. Structures requiring short comple- tion times may be wrapped with several machines operat- ing at the same time at different levels. As shown on this page, the tensioning mechanism has been designed for a maximum force capacity of 17,000 lbs. and circular gripping means. The tensioning principle and controls are such that they can be readily applied to 50,OOO.lbs. force and lineal wire gripping requirements. In lieu of wire or strand we foresee that future structures will be wrapped with flat hightensile metal strips, placed one on top of another and coated on all four sides with epoxy, so forming a solid compact ring of prestressed steel reinforcing. This company has already been awarded a patent on this principle. Other features of the DYK Strand Winder can be sum- marized as follows: 1. Maximum tolerance of applied force: 1 11/4%. 2. Automatic continuous graphic recording of applied force. 3. Continuous visual digital readout of applied force. 4. Automatic correction capability when conditions tend to change the desired applied force. 5. The wire can be tensioned or detensioned either at standstill or in motion, to any value between 0 and maximum. 6. The desired force on the line is maintained regard- less of whether the machine travels in the forward or in the reverse direction. 7. The strand can be spaced automatically or manual- ly, either up or down, in accordance with the de- sired space setting. 8. Travel in forward or in reverse direction can be done at any speed between 0 and maximum. 9. The basic machine is extremely compact and small for its force capacity and controls. *10 MG Buried Reservoir at Garden Grove, Calif. (Wall height -36') Consultants: Woodside /Kubota & Associates, Inc., 309 West Third Street, Santa Ana, Calif. 92701. DYK QUALIFICATION DATA Both strandwrapping and tendon stressing machinery, meeting the require- ments of paragraph XIV B and XIV D 4 and 5, have been used on the following jobs: A. 5 MG Reservoir Owner: City of Fountain Valley 10200 Slater Avenue Fountain Valley, California 92708 Tank Location: Ellis Avenue between Magnolia and Bushard Fountain Valley, California Completion date of prestressing work: May, 1972 B. 2 x 4 MG Digesters: Owner: County Sanitation District of Los Angeles County 2020 Beverly Blvd. Los Angeles, California 90057 Tank Location: 24501 S. Figueroa Street Carson, California Completion date of prestressing work: September, 1972 Note: a. Only 3 tanks totalling 13 MG have been listed in conformance with the specification requirements. However, an additional 8 tanks totalling 44 MG in capacity have already been completed with the DYK wrapping machine and two more tanks totalling 3 MG have been completed with the DYK tendon stressing system. b. The close stress tolerance and recording requirements of circumferential and vertical prestressing have been specified on an additional 5 tanks totalling 20 MG still to be completed. C. Descriptive literature of the DYK wrapping and tendon stressing machinery is attached. 9/18/72 DYK QUALIFICATIONS We draw your attention to the requirements of paragraphs XIV B and C.4 and 5 dealing with extremely close stress tolerances and automatic re- cording of applied forces, which are DYK developments. In order to be able to guarantee the close stress tolerances during wrapping, it is necessary to continually electronically correct the applied forces to a specified force setting while the machine is in progress. The automatic recording of applied forces is another patented feature of the DYK wrapping system. DYK also developed the force - elongation recording system for tendon stressing. All DYK developments are covered by patents or patents pending. The specialized stressing machinery has taken us 5 years and some $250,000 to develop and build. The wide spread abuse of correct stressing of prestressing steel and the future problems that can result from im- proper tensioning, have led many leading public agencies to demand such quality controls. As required by paragraph XIV B, we submit herewith a list of structures on which the proposed tendon stressing and strand wrapping machinery, meeting the specification requirements, have been used. A brochure describing our equipment is also attached. 7 CONTRACT "O. C -1351 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR SPYGLASS IIILL RESERVOIR (1.5 MG) Approved by the City Council this /%iZ day of SiEP74'gel-ffl SUBMITTED BY: E, L YEAGER CONSTRUCTION COMPANY, INC, Contractor P. 0. Box 87 Riverside., Calif. 92502 Address City Zip �lk-`'(0���3�� Phoney Total Bid Price s• Page 1 CITY OF NEbIPOR'F BEACH, CALIFORNIA NOTICE INVIT(NG BIDS SERI_0 �TOS Will be received aL the office of the City Clerk, City Hall, E,ewport Beach, California, until 10:00 A.M. on the 10th day of October , 1972, cit which tfi&i th,y will be opened and read, for performing Work as follows: SPYGLASS HILL RESERVOIR (1.5 MG) CONTRACT NO. 1351 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public 0lorks Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each hid must be accompanied by cash, certified check or Bidder's Bond, matte payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Cord-orate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. NA bids will be accepted from a contractor who has not been licensed in accordance with th provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One s-2t of plans and contract documents, including special provisions, may be obtained at t;e Public Works Department, City Hall, Newport Beach, California, at no cost to I icensed contractors. It is requested that the plans and contract documents be returned within 2 ;)eeks after the bid opening. (cont.) �� • • rage la fi❑ city has adopted the Standard Specifications for Public Works Construction ailitioil and supplerents as prepared by the Southern California Ci apters of the '!li.e, ican Public :forks Association and the Associated General Contractors of America. Cu ie; may be obtained 1rom Building News, Inc., 3055 Overland Avenue, Los Angeles, soli -ornia 90034, (213) 870 -9371. 'rw city has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public l`orks Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Coda (Sections 1770 et seq.), the City Council of the City of Newport Beach has as:,rtained the general prevailing rate of per diem wages in the locality in which the work i-. to be performed for each craft, classification, or type of workman or mechanic nee ed to execute the contract and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality ' in such bids. t ' Revised & -12 -72 za 0 r Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of 'a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals.' The estimated quantities of work indicated in this'Proposal are approximate only, being given solely as a basis for comparison of bids. ' The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providin_q for the registration of Contractors, License No, f•-Foo 1 Classification AND �1 Accompanying this proposal is 1610 0 2 6e r, o , certitieo cnecK, i;asnier's cnecK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3100 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to, comply with such provisions before commencing the performance of the work of this contract. Phone Number ate E L YEAGER Authorized gignature ' -of eA- rr,ori' Type Organization (Individual, Corporation, or Co- Partnership) ' List below names of President, Secretary, Treasurer and Manager if a corporation, and names off all co-partners if a co- partnership: J, ��6 R 1:- T 2 /��( QN,L�. /G?•c E4�J2�e SV L a n W 6 i � 5 ✓� 55 r ���CKErA..T i 1 DESIGNATION OF SUB - CONTRACTORS - Page 3 The undersigned certifies that he has used the sub -bids of the 'following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work 1. Sub - contractor Address 3 n W 6. 7. FIJI 9. 10. 11. 12.. �a_�� " E. L YEAGER CONSTRUCTION COMPANY, INC. Bidder's Name 'AuthorTzed 5ignature Pof,Fepimlf Type of rgan zat on (Individual, Co- partnership or Corp) P. 0. Fox 81 Ri'' isida, Calif. 92502 • Address • Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL ' KNOW ALL MEN BY THESE PRESENTS, That we, as Principal, and as Surety, are held ' and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, Jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council• of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting 'Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall 'become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19_ ' Corporate Seal (If Corporation) Principal (Attach acknowledgement of Attorney -in -Fact) I 0 Title Surety Bid or Proposal Bond The Travelers Indeniw*- ity Company Hartford, onneetieut ,. (A STOCK OhNPANY) KNOW ALL MEN BY THESE PRESENTS, That -- ---- - - - --- -- -- - - -- ----------- ------- CAIN ------ -- --- -- - --- -- (hereinafter called the "Principal "), as Principal, and THE TRAVELERS INDEMNITY COMPANY, a corpora• tion incorporated under the laws of the State of Connectient' and authorized by the Laws of the State of Cali- .,... fornia, to execute bonds and undertakings as sole surety, as Surety, are held and firmly bound unto ------------------------ CITY ---- -------- ------- ..--- --------------------------------------------------- OF NEWPORT BEACH (hereinafter called the "Obligee "), in the sum of._Ten of percent -------- the amount bid ---- - --------- Dollars ($ ------------------------------------ ), good and lawful money of the United States of America, for the payment of which sum of money, well and truly to be made, the said Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED AND SEALED this ...... 0th- -------------------------- day of. ... October---------- -------- ------ ----- A.D.19-�-2 -- THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall make any award to the Principal for_SPyglass Hill Reservoir (1.5 MG) Contract No. 1351 ---- -------- ---- --- ---- -- ------- ------ ----- ---------------------- --- -- ---------- -- ------- -- ----- - - - - --- according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof with The Travelers Indemnity Company, as Surety, or with other Surety or Sureties approved by the Obligee; then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: 1/ti 1�r�� .------------------ - - - - -- S -602 Rev. 10.61 PRINTED IN U.S.A. E.L.- YEAGER_CONSTRi1CTI0N-- COMP/.N)$ . TRAVELERS INDEMNITY COMPANY, By: TaY- h4::-- -- -- -- -- - -- - - - - - -- Attorney -in -Fact W Cn y C $ gn o � rn w y `» nc w � r � Y � e x H n y � N iP O °z tz h7 a 0 tz d t oro CO O r • NON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'Subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any. person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this �1 day of C @ , 19��r My commission expires: o ary u is OFFICIAL SEAL LINDA L. THOMAS m NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN RIVERSIDE COUNTY My Conl fission Expires Oct. 29, 1972 ' I ONE (714) 684.5360 IL �L 0 � ENGINEER;S and''CWOTRL c' RIVERSIDE CALIF 945( 6 October 11, 1972 M P. O. BOX 87 ' City of Newport Beach Department of Public Works City Hall ' Newport Beach, California Attention: Mr. William Dye ' Re: Spyglass Hill Reservoir ' Dear Mr. Dye: Reference is made to the above reservoir and to construction of same. We have been asked, as specifications require, to ' furnish a financial statement to your city to comply with all specifications of the Spyglass Hill Reservoir. ' Enclosed is a copy of our Contractor's Statement of Experience and Financial Condition, which we supply to the State of California on a yearly basis. We believe this covers any ' and all requirements which you may need. If any additional information is needed, please feel free to call. We would be happy to comply. ' Thank you. ' Yours very truly, E.aAGER CONSTRUCTION CO.,INC. ' AL C ,` R. Yeage ' RAY:wap ' Enclosure I i :1 9H i it1 Vd l CA, lij, �I;t liL i`U ii 1 SACRAMENTO, CALIFORNIA 1 CONTRACTOR'S STATEMENT OF EXPERIENCE AND 1 FINANCIAL CONDITION ,1 1 Information relating to filing this statement may be obtained 1, by writing, calling or visiting: DISBURSING OFFICE DEPARTMENT OF PUBLIC WORKS 1120 N STREET P. O. BOX 1139 SACRAMENTO, CALIFORNIA 95505 Area Code 918 - 445.8875 1 - GOVERNMENT CODE SECTION 14312 The questionnaires and financial statements are not public records and are not open to public inspection. 1- 1 i 1 •. u. __�.�:,c__,_�.._,.�_,�.,�,�,.., _..__....w._ _,n.;[.<a::s:e v_. rat;-..:;:. a... �.® �. r.< u`- �r,K,.,.�.,p.,se..,a�,..�trw ��xi� :_ea..,'- =u`��r. ?a�R ;iEL._s��» SECURITY PACIFIC NATIONAL BANK RIVERSIDE MAIN OFFICE, 3800 MAIN STREET. RIVERSIDE • TELEPHONE (714) 781.1011 - MAILING ADDRESS: POST OFFICE BOX 712, RIVERSIDE, CALIFORNIA 92502 December 14, 1971 Department of Public Works P. 0. Box 1499 Sacramento, California 95805 Attention Comptroller Gentlemen: E. L. Yeager Construction Company, Inc, informs us that they desire to bid on State Highway jobs. In the event that E. L. Yeager Construction Company, Inc. should be successful bidders on any State Highway projects, we agree to make available to the company $1,000,000 as required during the life of the contracts. This letter is signed with the understanding that it is a special form of letter of credit to be used by the Department of Public Works only for the purpose of determining the finan- cial resources of said contractor available for use in performing work under contracts which may be awarded to him by the Department during the term of his prequalifications. This is to remain in effect until further notice to your Department, or one year from date. o ry truly yours, John J. McDonau h g Vice President JJMcD.jf �I rDepartment of Public Works P.O. Box 1139 Sacramento, California 95405 Attention of Disbursing Officer -1 STATE OF CALIFORNIA GENERAL STATEAfENT OF BANK CREDIT Gentlemen: In connection with the prequalification of • December 22, 1971 — ---°--°-------- - (Date) E, Lt -. YEAGER CONSTRUCTION COMPANY, INC, , a contractor (Name of Contractor) under Sections 14310 et seq. of the Govemment Code to perform contracts with the Departments of the State 1 of California, we hereby declare that said contractor has been extended an unqualified line of credit in a total amount not exceeding $_1,000,000;00, — and that such credit will not be withdrawn or reduced without ' notice to the Department of Public Works.* This letter is signed with the understanding that it is a document to be used by the ' Please check the appropriate department(s) ® Department of Public Works ❑ Department of General Services ' Department of Water Resources only for the purpose of determining the financial resources of said contractor available for use in performing . work under contracts which may be awarded to him by the departments during the term of his prequalification. L CLI TX._PAO Fir NAU-QNAL-.0A1K—..._.- (Nvm, of 11=k) 3800 Main Street(P. 0. Box 712) i rsidj, —Ca. teaaRU1 4382 - ack .Williams Vicc -11- -c. a Id ent...and (Titbl ' * fhtuttun•ut of Puhlic Winks acts as axeot for dw other dcrartr wub in proceaunq the Prequalificauon Statements. _ ' 1 PLF.: \Sli NOTE: 7•lu• aixtvc form ma}• be ua•d to ;tuGmt•nt your \1'url.igG Capital :urd rYnnplvtcd by your bank, or if they, pn•fer, one with substantially the same provisions may be issued on their own letterhead . 1 i i . ' . -. - . • ®ate > STATE OF CALIFORNIA PLEASE CK THE DEPARTIIENT(S) WITHW3ICH YOU WISH 1 ESTABLISH A PREQUALIFICATIOW ATING. � DEPARTMENT OF GENERAL SERVICES BUILDING CONSTRUCTION (1) if you are a General Contractor interested in bidding on all types of building construction, mark cross after "All Classes of Construction" only. (2) If you are interested in contracting direct with the State for certain types of work only, mark cross in the column provided after the partic- ular types of work on which you wish to bid. TYPE OF WORK MARK WITH (x) 1 All Classes of Construction X 2 Excavating and Grading 3 Concrete 4 Masonry 5 Structural Steel 6 Steel and Miscellaneous Iron 7 Sheet Metal 8 Roofing 9 Lathing and Plastering 10 Painting and Decorating 11 Floor Covering 12 Elevator 13 Plumbing 14 Heating and Ventilating 15 Air Conditioning 16 Boiler and Equipment 17 Electrical 18 Laboratory Equipment 19 Well Drilling 20 Landscaping 21 22 [2l Q DEPARTMENT OF PUBLIC WORKS HIGHWAY CONSTRUCTION (1) If you are a General Contractor interested in bidding on'alltypes of highway construction, . mark cross after Ail Classes of Construction only. (2) I f you are interested in contracting direct with the State for certain types of work only, mark cross in the column provided after the partic- ular types of work on which you wish to bid. TYPE OF WORK MARK WITH (x) 1 All Classes of Construction X 2 Grading and Paving 3 Grading 4 Paving, Portland Cement Concrete 5 Paving, Asphalt Concrete 6 Bridges 7 Traffic Signals and Lighting ---& —Erosion Control an Roadside Development 9 Roadside Rest 10 11 12 13 14 15 16 17 18 19 20 21 22 1. 1) I J 1 . r. r r 1 1 i �r rJ r r 1 9 A STATE OF CALIFORNIA PLEASE CIIECK THE DEPARTMENT(S) WITII WHICH YOU WISH TO ESTABLISH A PREQUALIFICATION RATING. DEPARTMENT OF WATER RESOURCES General Contracting —Heavy 'Other Contractors TYPE OF WORK MARE: WITH txi D E S I G N M A N U A C T U R E GENERAL CATEGORY 1 All Classes of Construction X 2 Clearing and Grubbing 3 Excavation 4 Tunnel 5 Levee and Flood Control 6 Sewer and Water Lines 7 Road Work Complete Questionnaire Page 7 8 Bridge 0 Grading and Paving Electrical 10 Pipeline 11 Marine 1 Motors and Generators Building Construction 2 Transformers 3 Power Circuit Breakers 1 General 4 Switchgear 2 Structural 5 Control Boards 3 Electrical 6 Cables 230KV 4 Mechanical 7 Station Batteries 5 Is Drilling Mechanical 1 Diamond Core 1 Pumps 2 ells 2 Turbines 3 FWoundations 3 Governors 4 4 Gates 5 Valves 6 Cranes and Gantries 7 Electronic— Complete Page 7 • Other C.ntmctnm arc contract.. that design, manufacture and /or fabricate equipment off-site and instaa it at the inbsite under "furnish and instaa" contrac4 f31 ' CONTRACT(*S STATEMENT OF IWPERIENCE [n A Corporation NAME ----- E.-- L_- YEAGER CONSTRUCTION - COMPANY, INC: -- - - - - - -- - - -�❑ ACo- partnership° (Name Most Correspond with Contractors Liceme in Every Detail) ❑ An Individual PRINCIPAL OFFICE .__P O Box 87,- Riverside, California -92502 - -- _ -- - -- [j Combination • ., (Street or P.O. Box) (City) (State) (Zip Code) The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made 1 I. Are you licensed as a Contractor to do in California ? --- Yes License No .... 140069 Type _ A _ 2. How many years has your organization been in business as a contractor under your present business name? ------- --- __. 18 -1/4 Years 3. How many years experience i>L_.— Gene - rill----------- --__._ ---------------------------- construction work has your organization had: (Type) (a) As a general contractor?-- As above --- _---- _-- -_ - - -- . - -_ (b) As a subcontractor? ---- .__As --- above__---- __---- -------------- 4. Show the projects your organization has completed during at least the last five years in the following tabulation: To assure maximum consideration for your prequalification rating, be specific as to the nature of the work your firm actually performed YEAR TYPE OF WORK (See pages P. and 3) (Give kind of pavement) VALVE OF WORK PERFORMED LOCATION OF WORK FOR WHOM PERFORMED __ _____________ ----------------------------------------- --- --- - - ---- ------ ------- ---- ---- --- -- --------------- --••------ ----- - -- ------ --- - ----- -------- •-- ------ --- - - -- -- --- --- - -- ---- -- -- ----- ---- ------- --- -------------------- --- -------- --- -- --- - --- - -- ------------- - -------- - -------- - - -- - ------ -- -- -- -- ----- ______--------------------------- — _ ------ __________ __ - -__ -. -- ---------- ---- - -- - -- --- ---- ---- -- --- -- --------------- --- -----•--- ------ -- -- ----- ----- ------- ---- --- -- ----- ----- - ---- -- ---- ----•- -------------- ------- -- ---- ----- ----- - ----• - ------------- -•- ------- ------- -- ----- - -- - --- ----- --- --- - --- - --- -- ------ -•---- -- ---- ------ ----- ---- ------ -- ----- --- - ---- - - ---- --- -- ------• --- ------- ------ ---- -- --- --•--- ------•-------- ------ ---------- ------ ----- - -- --- ---- --- - - - -- -- --- ----- -- --- -- -- ---- --- ---- --- --- - ----- - -- --- --- ----------- --- --- ------- -- --- --------- --- •-- --- ---- --- --------- ----- ---- --- --•----- ----------- ------- -------- --- •----- ---- ---- ------ --------- -- --------- - ----- -----• -------- --• --- -- -- -- --- --- - ------ - ---•----- - - - - -- --- --- ---- --- --- ----- ------- --- --- -- - - - --- -------------------- - ----- •----- -- -- -- •-- ---- •---- -- ---- - - - -- -------------- - -- --- --- ------ ----- ------------- - -- -- - - - --- --- - - ---• --- -- ---------- ------------•- --- ----- ------ --------------- -- -------- . --------- .----------- ____________________ -- - ----- S the du 1 e- - - - - - -- ----------- --- --- -•----- - --- -- -- ---- •--- -------- ---- ----- ---- ------- ----- ------- ----- ------ --- ------ --- -- -- --- --- ---- ---- ------ - ----• - ------ --- ----- ------------ - --- --- - ------• -- ------ ------- ------ ------------------- ---' -------- ----- --- ----------- -•-- ------ --------------------------- •-- -- -- --- -I----- ---- --- - ---- --------- -- --- -•- -- - -- ------ -- ------------------------------ ---- -------•----- -- ---•-•-- -- -- -- -- ---- ------ ---•-------- - ----- ----- ------•----- -- ---- --- --- -------------------------------- ------ ---- -- - - -- ----------- - - ---- -- --------- ---- -•--- --- ---- ----------- -- ---------- -------- ---------- -- ---- -- - --- _______ _._______________________ ----- — - •--- ---- -- ------ -- •---------- - ----- - ------- ----- ------- ---- --------- --- ------ -- -- --------•--------- --- ---- -- -- -•---- ----- ---- ------- -- --- •- -- - --- - -- -- --- -- ---- ------ •------ ----- -- -- ----• - --- - --- ------------ ------------------ -- ---- -- ---- ---- ---- ----- --- ------------------------------ ------- ------ -------- -- -- -- ----- ---- ----- ------- ------ - - ---- ---- - ----- ------- -•------------------- -----•- -- - --- ----.. --- ----- •------ --- ....... -----•- ---------- -- ------ --- ----- -- --- ------ ----- ---- ----------- --------------- ------------- -- ----- -- ---- - ---- -- --- ------ ---- -- ---- -- -- - -- -••- ---- --- - --- ------ -- --••-- ------- --------------------- ----- ------ ---- --- --- ----- -•- - ------ ------ -- -- ---- --- -- ------ --- - - --- -- -- - --- --- -•--- -- -- -------- ---- -- ---- ---------­-------- -•- --- - -- -- -- -•• ---------------- . -------------- .------------- . - --- -- ---- -------------------- --- ---- ----- ----- •- --- ------ -- ----- - - - --- - ---- --- ---- ------ -- --- •----- -- -- -•---- --••--- - --- - •---- --- -------------------- -------•-----------•-----------•------------ -- ------ --- -- - -- ---• •--•-- - ----- ----------------- ---------------------------------- --------•---------•------------------------- -------•- -- •-- --- ---- ---------------------- •- --- ------- -- - ----_ -- - - -- --- ----- - - -•- -- ----------- -- ------ -- ----- ---- ---- - - - ---- ----­--------------- ------ - -- --- - - -- - ----------•-•------------------------------- ---------- ------ ----- ••------ ---- ---•---- -- - -- --- -- ----- -- -- -- ------ ------ --• -- -- -- --•-- ---- - - ----° --- ---- -- --••- -- -- ----------- ------ ------ --------- ---•----------------•- ----- ------ ---- --------------- -- -- ------- ---------------­---- 5. Have you or your organization, or any officer or partner thereof, failed to complete a contract ?__No _If so, give details ' • Fos eo- panaeraWps, show the exact name style of the firm. indicate whether a "genre' or '%mite&" parbership, anal list We names of all pashas. . For combinations, show the exact name style of the combination, and list the names of all members or Panama thereof. Appropriate affidavit or affidavit, on pages 13 and 14 must be completed and esecufed. IJ ' Wbere prequalifieation is based on a cmabiastion of several orgatixslions, show the experience, equipment, and fit asial resources of the eanbined orgsdaatlom. . [41 LOCATION OF WORK ANll CONTRACT AMOUNT FOR WHOM PERFORMED. 227,000.00 State of Calif- Palm Drive 470,000.00 County of Riverside Martin Street. 468,000.00 City of Colton "N" St. 11111 , 000.00 State of Calif -Palm Dr. 89,000.00 City of Riverside Olivewood. 66,700.00 County of Riverside Mission 11881,000.00 Arizona Highway Dept State. 1,992,000.00 J.F. Shea Co., Inc Dept. of Water Resource: 135,000.00 Stearns - Rogers Hydro Conduit 4,982,000.00 County of San Luis Obispo. Lopez Dam 7,117,385.00 State of California Seeley 19,000,000.00 State of California Cajon 471,000.00 Corps of Engineers Norton Air Force Base 'WEAR ,TYPE OF WORK 967 Grading & Paving 967 Grading & Paving 967 Grade - Struct- Paving 967 Grade - Struct- Paving 1967 Grade - Struct- Paving 1967 Grading & Paving 1967 Concrete Paving 1967 Grading & Paving 1967 Grading 4967 Grading 967 Grade- Strut- Paving 1967 Grade- Struct- Paving 3.967 Concrete Paving 1 LOCATION OF WORK ANll CONTRACT AMOUNT FOR WHOM PERFORMED. 227,000.00 State of Calif- Palm Drive 470,000.00 County of Riverside Martin Street. 468,000.00 City of Colton "N" St. 11111 , 000.00 State of Calif -Palm Dr. 89,000.00 City of Riverside Olivewood. 66,700.00 County of Riverside Mission 11881,000.00 Arizona Highway Dept State. 1,992,000.00 J.F. Shea Co., Inc Dept. of Water Resource: 135,000.00 Stearns - Rogers Hydro Conduit 4,982,000.00 County of San Luis Obispo. Lopez Dam 7,117,385.00 State of California Seeley 19,000,000.00 State of California Cajon 471,000.00 Corps of Engineers Norton Air Force Base • 1968 Paving ' 1968 Grading- Concrete - Paving 1968 Grading- Concrete - Paving 1968 Grading - Concrete- Paving ' 1968 Grading - Paving CONTRACT AMOUNT • 8,055,000.00 756,000.00 3,080,000.00 9,378,000.00 346,000.00 360,000.00 616,000.00 3,082,000.00 308,000.00 33,800.00 33,400.00 106,800.00 LOCATION OF WORK ANDS FOR WHOM PERFORMED. Corps of Engineers Mojave Dam County of San Luis Obis Lopez Dam #2 State of California Banning Freeway State of California Pomona Freeway County of Riverside Van Buren County of San Bernardino Lenwood Dist. State of California Devore -San Bernardino State of California 1000 Palms Coachella Valley Water District City of Palm Springs Assessment Dist. #97 City of Ontario Resurface Streets City of Riverside Main Street 20,100.00 City of Beaumont First Street 22,500.00 City of Victorville Various Streets 82,600.00 County of San Bernardii Sugarloaf 1911 Act. , �AR TYPE` OF WORK 1968 Grading- Concrete 1968 Grading- Concrete 1968 Grade - Struct- Paving 1968 Grade - Struct- Paving 968 Grade - Struct- Paving k968 Grading- Concrete - Paving k968 Grading- Paving 1968 Grade - Struct- Paving 1968 Grading 1968 Grading- Concrete - Paving • 1968 Paving ' 1968 Grading- Concrete - Paving 1968 Grading- Concrete - Paving 1968 Grading - Concrete- Paving ' 1968 Grading - Paving CONTRACT AMOUNT • 8,055,000.00 756,000.00 3,080,000.00 9,378,000.00 346,000.00 360,000.00 616,000.00 3,082,000.00 308,000.00 33,800.00 33,400.00 106,800.00 LOCATION OF WORK ANDS FOR WHOM PERFORMED. Corps of Engineers Mojave Dam County of San Luis Obis Lopez Dam #2 State of California Banning Freeway State of California Pomona Freeway County of Riverside Van Buren County of San Bernardino Lenwood Dist. State of California Devore -San Bernardino State of California 1000 Palms Coachella Valley Water District City of Palm Springs Assessment Dist. #97 City of Ontario Resurface Streets City of Riverside Main Street 20,100.00 City of Beaumont First Street 22,500.00 City of Victorville Various Streets 82,600.00 County of San Bernardii Sugarloaf 1911 Act. YEAR .1969 1969 1969 1969 1969. 1969 ' 1969 �. 1969 ' 1969 ' 1969 1969 1969 ' 1969 TYPE OF WORK:. CONTRACT AMf&T LOCATION OF WORK ; FOR WHOM PERFORME1 Grading - Paving 17,511.00 City of Redlands _ Tennessee Street Grading- Concrete- Paving 182,100.00 City of Riverside Chicago Ave Wideni Grading- Concrete - Paving 165,000.00 City of Victorvill Various Streets Grading- Concrete - Paving 36,854.00 City of Palm Snrin Assessment Dist. 9 Grading - Concrete- Paving 119,758.00 County of San Bern Baseline Avenue Grading- Concrete - Paving 107,868.00 City of,Riverside Central Avenue Grading- Concrete - Paving 279853.00 County of Riversid Tilton Avenue Grading- Concrete- Paving 48,490.00, City of Perris "D" St $ Perris B1 Grading- Structure - Paving 506000000.00 State of Californi Essex Grading -Rip Rap- Paving 1,2581000.00 State of Californi Piru Grading - Channel - Paving 173,668.00 San Bernardino Co. Flood Control Dis Cypress Grading- Structure - Paving 479,000.00 State of Californi Thermal, Californi. Grading- Paving 2560000.00 State of Californi. Mountain Center I • • LOCATION OF WORK AND TYPE OF WORK CONTRACT AMOUNT FOR WHOM PERFORMED Grading- Concrete - Paving 83;097.00 City of Fontana. Assessment Dist. 9 Grading - Concrete- Paving 16,062,00 City of Palm Springs Andreas Street Grading- Paving 101960.00 County of San Bdno BarstOW- Adelanto Grading - Structure - Paving 1,388,920.00 State of California Beaumont Grading- Paving 60,497.00 County of Riverside Agua Mansa Road Grading 409,990.00 Coachella Valley Co. Water District Grading- Paving 14,180.00 City of Palm Springs Tamarisk Road Grading 66,506.00 State of California San Timoteo Creek Grading 268,554.00 State of California Bonnie Canyon Grading- Structure - Paving 110693,074.00 State of California Mountain Springs Grading - Structure- Paving 2,759,064.00 State of California Little Lake Grading- Structure - Paving 3,350,980.00 State of California Ontario Widening Grading- Structure - Paving 2,061,261.00 State of California Cabazon Grading - Structure- Paving 673,863.00 County of Riverside San Sevaine Grading- Structure - Paving 147,282.00 Colton Industrial P Grading- Structure- Paving 2,472,076.41 State of California Victorville Paving 210,640.00 State of California Various locations Paving 914,314.00 State of California Various locations Grading- Concrete - Paving 511,347.00 State of California Apple Valley i YEAR . TYPE OF WORK 1970 Grading- Structure - Paving ' 1970 Grading- Concrete - Paving 1970 Paving CONTRACT AM90T 252,484.00 68,508.00 123,563.00 295,320.00 e L__ LOCATION OF WORK AND FOR WHOM PERFORMED State of California Big Bear State of California Montclair City of Riverside Various locations City of Colton Redevelopment 1971 Grading & Paving I CONTP.AC&OUNT 177,624.00 83,500.00 -.34,100.00 121,908.00 327,105.00 740,923.00 137,838.00 73,411.00 122,650.00 60,237.00 204,089.00 LOCATION OF WOPY. AND FOR WHOM PERFOR "!ED County of Riverside Dillon Road City of Palm Springs Bogie Road City of Redlands Bellevue Avenue. County of San Bernardi Chino Airport City of Riverside Lime Street Coachella Valley Count Hater District State of California Indian Avenue State of California Highway 18, Victorvill State of California Redlands Riverside Co. Flood Di Rathke Channel U. S. Navy 29 Palms 1971 Grading, Concrete & Paving ' • YEAR TYPE OF WORK • 1971 Grading & Paving ' 1971 Grading & Paving 1971 Grading & Paving 1971' Grading & Paving 1971 Drainage & Alignment 1971 Grading & Paving I CONTP.AC&OUNT 177,624.00 83,500.00 -.34,100.00 121,908.00 327,105.00 740,923.00 137,838.00 73,411.00 122,650.00 60,237.00 204,089.00 LOCATION OF WOPY. AND FOR WHOM PERFOR "!ED County of Riverside Dillon Road City of Palm Springs Bogie Road City of Redlands Bellevue Avenue. County of San Bernardi Chino Airport City of Riverside Lime Street Coachella Valley Count Hater District State of California Indian Avenue State of California Highway 18, Victorvill State of California Redlands Riverside Co. Flood Di Rathke Channel U. S. Navy 29 Palms 1971 Grading, Concrete & Paving 1971 Excavating Channel & Rip Rap ' 1971 Concrete Bridge 1971 Drainage & Alignment ' 1971 Guardrail ' 1971 Grading, Concrete Paving 1971 Grading & Paving I CONTP.AC&OUNT 177,624.00 83,500.00 -.34,100.00 121,908.00 327,105.00 740,923.00 137,838.00 73,411.00 122,650.00 60,237.00 204,089.00 LOCATION OF WOPY. AND FOR WHOM PERFOR "!ED County of Riverside Dillon Road City of Palm Springs Bogie Road City of Redlands Bellevue Avenue. County of San Bernardi Chino Airport City of Riverside Lime Street Coachella Valley Count Hater District State of California Indian Avenue State of California Highway 18, Victorvill State of California Redlands Riverside Co. Flood Di Rathke Channel U. S. Navy 29 Palms I1 W W o o I n N n J N .�{ O J C p RJ O o O. N P lPA N r "m�pVV P -� V 92222224 Imil d W O P� D w O N W l n O V O O yb 0 0 0 0 O O - P P Pln NCO to m -m y O N O J d m W 6 d � N n R b 6 -eJi mP Wt W -C W d N p W O b V Ip �pN W O V- P Z d J i c R m d N R P 6 n F $ J N b v � O P w P V J ZZm y b m P N N 11 � W P R 1 b C � m R N II it o � _ P m F o towommrt Io w V .1 V Ip O WO -V t -W Pr b O m - ! mD�yynnm DD DD DD v -i ry N n S J J J? J L J J S S d d d d d b 3 n D y P D m O O V F W m N N W p 2 yl 2 O 0 % R d N J J J J J J lA V W r I=n n a< d J R n R n n n 0 2 d d d 6 R J N m O w v m y m O O O O O a IO m N W W m d m N () W W m� V V Z WIpN V: W— �bWwwIOV ObVIw R ldc- r le W u tOwO mIe -mot u 10 v v t P O N WO —Vt —w Pte' b b m I1 I I1 1. N W W P I w N - O J p V O o I I1 1. N b P I w N J p V O o N P lPA N r "m�pVV P FS •1 D w W N� W O P� D w O N W l n O V O O W b= - P P Pln NCO to m -m V V ID W P W mP trO -tP�O P -'� N A W N p W O b V Ip �pN W O V- P Z t P a v � O P w P V J ZZm y b m P N N 11 10 W P 1 N W N O W m 0 W� V I n P lmi II N VVi N W P N P P w VI F O N 10 . t m O O P O N N m O N V P O +n V 1 N F W P P P O P N m V 1 p R P m 0 N T T m 9 W 0 N b P I N os p V O N Intl C m m V O O W b= 1 G y V D Ip V P �r Ip Ip v C ?roperties Owned by E.Aeager Construction Co., c. Page 2. ' (continued) 7. Sone -Dak Property, 37 Acres on La Sierra Road below Lake Mathews, DG Pit and Terraced Lots, road graded and paved, water stock with property, $2,000 /Acre 74,000.00 . 8. Lubrication Building, 75' x 80', all underground, complete 70,000.00` 9. Shop Maintenance Building, 40' x 175' with 10 ton craneway and 5 ton craneway 70,000.00'' 10. 27 Acre Site,, adjacent to freeway Whitewater -- 27,000.00 11. Partridge Pits Thousand Palms Rock and Sand Pit 80.9 Acres 50,000.00 12. Main Yard Areas, Agua Mansa and Market St. West of Agua Mansa) 30.19 Acres Complete 300,000.00 East of Agua Mansa) 13. Welding.Building 40' x 100' with craneway, ' lighting, complete 30,000.00 _! 14. E1 Cajon - Mt..Ararat 20% - 115 Acres 35,000.00 ' 15. V2ctoreslle Rock -Sand Pit & Plant Site 1Hemet 20,000.00 16. - Daniels DG Rock Pit & Plant Site 42 Acres 45,000.00 1 $1,051,694.00 IBOHR & MUMPER l ealE m DONALD W. OHR. M. A. 1. ARTHUR P. MUMPER, C. P, M. if .,f Imo, ` TELEPHONE (714) 6860639 .' e, �,,�.. -.._N �.�.,. V.� „�_ _ 3590 FOURTEENTH STREET 1. :. RIVERSIDE, CALIFORNIA 92501 November 2, 1971 E. L. Yeager Construction Co., Inc. P. O. Box 87 Riverside, California 92502 Gentlemen: Pursuant to your request, I have reviewed, once again as of this date, my previous investigations of certain holdings of the E. L. Yeager Construction Co., Inc., E. L. Yeager Co., Palm Avenue Co. and Yeager Brothers and related ownerships, in order to deter= mine the approximate market value of these holdings as of September 30, 1971. ,1 As in previous years, I have not checked for proper title vesting, nor for liens or encumbrances, but have given appraisal procedures; such as location, age and condition of the improvements, zoning, present market conditions, the highest and best usage of the land involved, the availability of financing, and other pertinent factors. Subject properties so reviewed and investigated, and owned by the E. L. Yeager Construction Co., Inc. are as follows: 1. 62.87 Acres, Agua Mansa Road Leased on Royalty $2,200.00 per acre 2. Quarry Site, Mountain View and Fremont 4 Acres (Bailey Lands) 3. Shop Buildings, Agua Mansa Road 9,000 sq. ft. with railroad spur, fenced, paved 4.' Office Building, Agua Mansa Road 6,240 sq. ft. landscaped, paved, fenced. Engineering addition 4,888 sq. ft. Estimating addition •2,050 sq. ft. 5. Martin Quarry Site, Mountain View and Fremont, 5-acres ($5,000.00 /acre) 6. Watchnan's ?-louse, landscaped, fenced, paved, air conditioned $138,314.00 4,000.00, 45,000.00 114,380.00 25,000.00:. 4,000,00 $1,141,720.00 Page 3. • PROPERTIES OWNED BY E. L. YEAGER CO. . 1. Riverside Industrial Park, 1/3 Armstrong 163 acres @ $4,200.00 /Acre $227,970.00 2. Barstow Industrial Land, 20 Acres 40,000.00 ' 3. Desert Cove (Palm Springs) 7 1/2 Acres @ $4,000.00 /Acre 30,000.00 ' 4. Glenhaven near Central 1/2 Interest 2 Developed Lots 12,000.00 6 Acres Improved @ $10,000.00 /Acre 30,000.00 .' 5. 25 Acres (Hendrick Ranch) Sunnymead complete graded @ $4,000.00 /Acre 100,000.00 6. 10 Acres (Firsick) Sunnymead @ $9.000.00/. Acre 90,000.00. ' 7. 54 Acres Sunnymead, 1/8 Interest 20 Acres C -2 34 Acres R -1 $9,000 /Acre 60050.00 8. 10 Acres Arlington and Grand @ $7,500/ Acre 75,000.00 9. 25 Acres Lenwood @ $2,000 /Acre. 501000.00 10. Riverside Haven 6 1/48 + 200 Acres 65,000.00 11. 20 Acres DG Pit, Center Street, Highgrove 20,000.00 12. .Yeager Industrial Lot, Hunter Park Lot 3 ' 1 Developed Acre Site 35,000.00 13. Palm Springs Land, Chino Palms ' . Industrial Tract,-6 completely improved lots 130,000.00 14. Adams Street Properties, adjacent to railroad tracks, 15 Acres 108 Interest 24,000.00 15. Fontana Industrial Property 4.51 Acres ' 1/4 Interest 6,000.00 16. West Palm Springs, 42 Acres ' Owned in KBY settlement 84,000.00. 17. Golding Property, 25 Acres @ $6,000 /Acre White Gate Area 88 Interest 12,000.00 _ 18. Stalcup Property, 5 Acres, Sunnymead 50,000.00 $1,141,720.00 2. ' 3. 4. 6. 1 7. PROPERTY OWN18 BY: Yeager's as Indivicls Yeager Brothers Palm Avenue Company Lenwood, 55 Acres @ $2,000 /Acre Jasmine Industrial, Lots 25 & 26 Blk. 19_ 508 Interest 1 Acre Industrial, Rivera Riverside Old Fairgrounds, 30 Acres Improved @ $18,000 /Acre Goslin Tire Co., Land and Buildings, 4 Acres and Buildings, 508 Interest Laguna Beach House on 3 Lots, Ocean Front Idyllwild,.Old Golf Course and Buildings, Club House, 27 Acres ' 8. 20 Acres R -3 Zone, Third and Chicago 308 Interest $40,000 /Acre 9. Lot 19, Silver Spur Ranch 10. Yucaipa Property, 15 Acres @ $1,500 /Acre ' 11. Grant's Service Center, 10,000 sq.ft. on Lot 4, Hunter Industrial Park w /Southern Pacific RR ' Additional .6 acres rear for expansion 12. Rubidoux Blvd. 3.56 acres, Improved ' 13. Allstate Insurance Service Center 10,500 sq.ft. complete, developed ' 14. Tract #3998 - completely developed C -2 Lots, adjacent to fairgrounds & Allstate Lots 1 & 2 $150,000.00 Lot 11 1 50,000.00 Lot 4 thru 10 70,000.00 15. Rubidoux Blvd, 22.3 Acres, Improved 16. Peel Property (behind Goslins' adjacent to ' Item 12, 5 acres ' Respectfully, Donald W. Bohr, M.A.I. i Page 4. $110,000.00 4,000.00 9,000.00 540,000.00 65,000.00 240,000.00 200,000.00 204,000.00 5,000.00 22,500.00 160,000.00 35,000.00 325,000.00 270,000.00 22,300.00 40,000.00 $2,251,800.00 j c,+ n1i o lu P.O. BOX 351 • BOO EAST LA.CADENA DRIVE RIVERSIDE, CALIFORNIA 92502 AREA CODE 714 PHONE 686-4560 CATERPILLAR December 23, 1971 To Whom it May Concern: Attached is a list of equipment owned or being purchased on conditional sales contracts by E. L. Yeager Construction Co., Inc. From our knowledge of the market and the condition of the equipment, we believe these estimates are representative of today's retail market, and the replacement value would be approximately $14,404,645.00. This appraisal is given without cost or liability on our part. V Y zy Yours , A/_ 6845360 Z P. O. BOX $7 ENGINEERS and CONSTRUCTORS .. RIYERSIDE. CALIF. 92502 September 30, 1971 ■1 F' I I' I, CURRENT MARKET VALUES Office Equipment Asphalt Plant nl - Barstow Asphalt Plant #3 - 1000 Palms Asphalt Plant #4 - Riverside Asphalt Plant #5 Riverside Asphalt Plant #6 - Ludlow Asphalt Plant #7 - Victorville Asphalt Plant #8 - Fontana Cememt Treated Base Plant- Pioneer Cement Treated Base plant Crushing Plant Crushing Plant Crushing Plant Crushing & Base Plants Screening Plant - Sand - Fontana Automobiles Pickups 1/2 Ton Dump Trucks 5 - 8 CY Dump Trucks 11- 12 CY Tractors Flatracks Water Trucks Trailers Grease Trucks & Welders ' Rock Trucks Cranes - Gradalls Blades Tractors Scrapers Loaders Pavers Rollers Generators Uelders Buckets Scrapers- Dozers - etc. Co.npresGors Pumps Generators Shop Cranes 51,915.00 80,000.00 . 90,000.00 - -- 130,000.00, 85,000.00 230,000.00 200,000.00 310,000.00 55,000.00 80,000.00 120,000.00 260,000.00 105,000.00 235,000.00 25,000.00 110,950.00 68,600.00 72,200.00 289,800.00 265,200.00 87,700.00 60,400.00 200,300.00 84,100.00 433,000.00 685,500.00 . 1,036,000.00 2,408,000.00 3,057,500.00 904,500.00 124,000.00 439,000.00 74,500.00 13,700.00 23,000.00 117,400.00 73,700.00 156,500.00 268,000.00 27,100.00 4)684-5360 . . P. 0. BOX 87, � �����3 �•�s`1� "�`�3f��'��I �� �� C�'.7SJ��:i�.1Ki� II�7� ENGINEERS and CONSTRUCTO2S - RIVERSIDE. CALIF. 12S02 - f i September 20, 1971 CURRENT MATKET VALUES - continued Page 2, Water Tanks Saws Hammers Slopers - Dozers Pickups 3/4 Ton Concrete Equipment Compactors Dump Trailers Water Tanks Pickups 1/2 Ton Scales Beacons Vans & Office Trailers Batch Plant & Water Chiller Miscellaneous Equipment & Materials 344,000.00 800.00 17,480.00 25,500.00 56,300.00 46,700.00 19,600.00 84,000.00 49,000.00 73,400.00 139,000.00 4,200.00 62,200.00 35,000.00 309,900.00 $14,404,645.00 6. If you have a controlling in any firms presently prequalified wilAe State of California, show flames thereof 7. In what other lines of business are you financially interested? ,. - -_� _ —None -- - - - -:� -- • - - - - -- 8. Name the persons with whom you have been associated in business as partners or business associates in each of the last five years .__._____ ----- __-- _E__L- .Yeager- Company, ... Riverslde _,___California ------ --- ---------- — Karl -e r- Corpo ra t i on, - -S_an _Bern ---- -- � California _ --- Gordon__Ball,_Danvllle California — - - ------ ----- ---- -- ------ - - --- ) 3.__Stringfel_ low. Riverside_, California --- - -__ -, 9. What is the construction experience of the principal individuals of your present organization? INDIVIDUAL'S NAME PRESENT POSITION OR OFFICE IN YOUR ORGANIZATION YEARS OF CONSTRUCTION EXPERIENCE - MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY '1= Yeager-- --- ----- - - - - -- i?res i.dent- -- _-_- - -- -- -- -- 24- -- - -- General-- contractor- -------- --- ------ -Manager------- -- B' Q'- �t- 1be_rt------- --- -------- Vice__P_ s-ident------.. Z-1----------------- � ��-- --••-- --- ------- -------- ------- II----------•---- fi _F_- _Xeager Vice President 23 n u n A•__A.- _.Yeager Treas_ure.r 0 If II ------------------------------------------------ „ .la_.W_._.P.owers Secretary 45 -- --------- ---- --- - ---- --------------------- ----------------------- E C------ ----- -- -- -- - -- Lbai.rman_of --- the- ------ --- --------- - - -- ----- --- -- --- ------- - - - - -- - --- -- --- ---- --- •• -- -----I------------------ Hoard - 49 If - •--••--- --- •--•----•------------ ------- -SuPerxi.sory_ 10. List construction equipment owned by you in the following tabulation. It is preferred that like items be grouped as a single item but items may be detailed. Also, a separate schedule may be attached if desired. - VANEVAN- DESCRIPCION, NAME AND CAPACITY OF ITEMS PURCHASE PRICE DEPRECIATION CHARGED OFF HOOK VALUE __ — --------------------------------------------------------------------------------------------- ------- - --------- - ------- ---------- - -- - -- --- ------------------------------------------------ -- - - - ---- ---------- -- ---------- - ------- •--- ------ ---------- ---------- •-•- --- --- - --------- - ------- ......... ---------- ________________________________________________________________ ______ ____ _________ _------------------------------------------------------------ ____________ -- ------ --------- Scfiedule - ---------------------------- ---------- ------------------- -- --- -- ------ -------- --•-------------------------------------------------- --------- ------ ---------- - ----- ----------------------------------------------------------------- -- ------------ ----- ---- ---- -- ------------------------------------------------------------- --------------- --- ---------- -•- ---------------------•----------------------------- --- ------- ---- --- --- ----- -•- --- ------- -- -- -- --- ---------------- ------- --• ------------- ------- --- ------------------------------------------------------------------ -- -- -------- ------- ---- --••-- --------•-----------------------------------------•- ------------ -------------- ---- ---- ------ -- ------- -------•------- ------------ ----- -- ---------- -- ----------- --- --- --------- ----- ------ ------- ------- ----------------- - - - - -- ------------- --- --- ----- -------- --------- -- - -- ------- ---------•-------------------•-------- ---- ----•-- ----- -- ------------- - --- •---•--- ------------ --------- --- ------------------------------------------------- --•--------- --------------- -- -- -------- ---------------------- ..--------------------------------------------------------------------------------------------------------------- -- ---• -- ------- -- ---- ----------------- -------------------- -- •- -- ---- ----------- --- -------- ---•----- ---------•--•-------------•--------------------------- --- --------- -- ---------- --- ---- -­------------- ------------------- - ----------------------•--- ----------------- -------------- ----------------------------•----------------------- ------------------- ------------ ----------- -- ------- ---•------------------------------------------------ ---------- ---•----------- - ------ ----------------------------------------------------------°- --- ------- --- --- ---- -I------- --- ---- ___ --------- _------- ---------- -- --- --------- -- -------- ---- --- -• - --- - ----- --- ---- -- ------- -- - --- --- --------- ------ ----------------- ------- -•---- - -- --• ---------- ---- --- -- --- -- --- -- --- - ---- -- ------------ ---- ----------- - ---- -- - - -- ------------ --- ------- --- -•---- --------------- ------------ -- ----- -•- -- ------------ --_- - ----- - ------ ---------------- -••- -------- ---------- -------------------­--- ----------------­---- -------- ----- -- ------- ______ ________________ ----- -- -- -- ----------- --- --------- -- -------- ------ --- ----•-- - - - -- -- ----- -- ----- -------- ------------------ --- -------------- -------- -------- --- ----------- ------------------------------------------------ ------ ---------------- ---- --- ----------- - -- -- -------------- - - - -- -- -- --- ---------------- -- ------------------- ------- ----- - -- --- -- -•- --- --- --• -- ----- ----------------------------------------------- ----------- ----------- I ------------------------ ____ ___ _________________ ------- ------- ---- I—- ---•-------------------- ----------- --- --------- -------------- -•------- ---------------------- ---•---------- ------- --------•------- ------------------------ ----------------------- -- ------------ - ------------------------ -------------------- - --- -- - -- --- ---- - - -° -- -- ---------- ------- -- ------------------------ ---- ------- --- - ------ -- ---------------- -- ' Add infommlion as to iho availability of other Muipnsent. Equipment Appraisal must correspond with the above list. [5] DF*RTMENT OF WATER RESWRCES Questionnaire for "Other Contractors (Design—Manufacture—Fabrication—Installation) INSTRUCTIONS: All firms who intend to participate in design, manufacturing, fabricating, and installing contracts will ' be required to submit the following data. Such data should be provided on a separate form attached to this statement using the same paragraph numbering as shown below. For each General Category checked on Page 3, a separate set of answers to these questions will be required. This ' questionnaire will be submitted only once and will be updated as required by the State of California. Additional infor- mation may be required for particular projects. .A.—Design" 1. Submit an Organization Chart of your firm. 2. Describe the major design projects completed by your firm in the last five years. (Describe system or equipment designed, owner, where equipment is installed, and approximate cost of project covered by this design.) 3. List consulting firms engaged by your company within the past five years. List the specific projects on which they were employed and the nature of their services. 4. Give the location of your design offices. 5. List the number of engineers, technicians and draftsmen employed by your company and submit a brief resume of the experience of your supervisory personnel. 6. List any additional information you believe is important. B. Fabrication or Manufacture 1. Describe the major contracts completed in the last five years. (Describe equipment and ratings, location of in- stallation, owner, and contract amount.) ' 2. How long has your firm been engaged in this type of manufacturing or fabrication? 3. Give location of major plant facilities. 4. Briefly describe each plant's capabilities, type manufacturing, crane sizes, size and description of major machine tools, etc. Pictures are desirable. 5. List the firms you normally engage to perform work which is not within your capability. (Painting, castings, galvanizing, machining, etc.) ' 6. List sources or suppliers of major components. 7. List additional information you believe is important. !' C.— Quality Control 1. Describe in detail your quality control program. a. What is your procedure to insure that all articles furnished to you have met all specification requirements? b. Describe the material testing facilities which are available in your plant and those used outside your plant. ( c. Describe how inspection records are maintained and what records are available to the Department. 2. Submit your quality control manual. D.— Laboratory and Testing Facilities 1. Describe laboratory and model testing facilities and give their location. $. Describe equipment testing facilities and give their location. j 3. What testing, if any, is normally contracted out? Describe and list firms engaged. . E.—Field Installation and Service 1. Describe how you install or erect the product you manufacture, i.e., subcontract, furnish erection engineers, ' install by own crews, etc. 2. Describe the training program regarding operation and maintenance which is available to the Department. 3. Location of maintenance shops and parts storage warehouses. • a An affiliate company may be used to fulfill any portion of the design requirements. Hou-eveq if an affiliate is used, an affiliate agreement shall he submitted for approval. An outline of the infomratian required to be in the afilime agreement may be obtained from the Department of Water Resources. Electronic Contractors ' A Special Electronics Questionnaire will be furnished by the Department of Water Resources upon request. This ques- tionnaire will be submitted only once and will be updated as required by the Department of Water Resources. C7) CONTRACTOR'S FINANCIAL STATEMENT K7 A Corporation '' ❑ A Co- partnership • An Individual ' NANrs __ E:_L.__YEAGER CONSTRUCTION_ COMPANY,-IN-C. O Combination Condition at close of business_______ Sew t !m r 30— ASSETS Current Assets 1. Cash-- --- ---------- -- -- -- -- - -- 2. Notes receivable . _..._----- ----- - ----- .--------- 3. Accounts receivable from completed a 4. Sums earned on incomplete contracts__- '5. Other accounts receivable ---- _ ------------ __. 6. Advances to construction joint venture! 7. Materials in stock not included in Item 8. Negotiable securities -------- _-- _____ —. 9. Other current assets ---------- _— _____ —_ 1 1 Fixed and Other Assets 10. Real estate -------- .------------ _. ----- _ --- 11. Construction plant and equips 12. Furniture and fixtures.. --------- _. 13. Investments of a non - current I 14. Other non - current assets ---------- Current Liabilities 15. Current portion of notes and real estate encun 16. Accounts payable .. -------- 17. Other current liabilities- TOTAL LIABILITIES AND CAPITAL , exclusive of equipment obligations Other Liabilities and Reserves 18. -Real estate encumbrances .... _------ __- _------- _ ------ _---- _ -. 19. Equipment obligations secured by equipment --- ------ 20. Other non - current liabilities and non - current notes 21. Reserves - -- - - - ---- ..... _ ----------- - ------------ - - -- -- Capital and Surplus 22. Capital Stock Paid Up ------ 23. Surplus (or Net Worth)_- TOTAL LIABILMES AND CONTINGENT LIABILITIES 24. Liability on notes receivable, discounted or sold________________ ____ ______ M Liability on accounts receivable, pledged, assigned or sold --------- 26. Liability as bondsman-- - - - -- ------------------_----------------------------------- 27. Liability as guarantor on contracts or on accounts of others....... 28. Other contingent liabilities ------------------------- - ------- ._--_--------------__.--- TOTAL CONTINGENT 4 DETAIL P:Slpw 30 TOTAL 521 430 - - - - - -- ---- - - -- --- ------ 168 365 - - - - -- ---- - - - -- -- -- 551 375 1--- - ----- -63 - 626 -- 947 217 -- --- - - --- 7778 8 07-0 0- -- - -- - 1,843- p24---1 - -- 138 1100 - 14.146 1 409 1 Nore. —Show details under main headings in first column, extending totals of main headings to second column, [81 ZI ' I&TAMS RELATIVE TO ASS S 1 1 1 2 (a) On hand - — - — - - -- ------- -------- -- -- $ --- 200 1 Cash: (b) Deposited in banks named below---------- -- ------ -- --------- -- -- -- - -- Accent Corp. or per ornea (c) Elsewhere — (state where) - _State of California �;- -- -- - $ 8-+9 000. - - -- NAME OF DANK LOCATION - -------n - - - -- DEPOsrr IN NAME OF AMOUNT Security_Pacific National Bank Riverside, Calif. E.L. Yeager onst. Co.l 'n '- ''"n ° °"'"'n c. , Crocker Citizens National Bank — — - -- __ -- n- n - --- « rt "rr T 1 United California ank B San Eernardino, CA rr : 2 (a) Due within one year -- - -- - -- - - -- - -- -- $-- ....... — .... 23- ,_115 - Notes Receivable: (b) Due after one year ------------ — $ -------- -- __- _.- ..__ —_ (e) Past due .- -- ---------- - -- - - -- - -- - - - -- — - - - -- -- $- - -- - -------------- RECEIVABLE FROM FOR WHAT DATE OF MATURITY HOW SECURED AMOUNT Accent Corp. or per ornea Current None , - Nirams -Smith - ---11--------11-- - ---- - -------n - - - -- -- -- -- -------- --n---- -- --- --- ------------------------•-- __ -_ -_ 11,364 Desert__Pav i ng----------------------------------------------------- " II " " 6 000 _Al�_other_ u u u t' -- 251 1 \ Have any of the above been discounted or If so, state amount, to whom, and reason ._ --------- _ 1 3° Accounts receivable from completed contracts exclusive of claims not approved for payment $__— 2.322 , 999 RECEIVABLE FROM TYPE OF WORK AMOUNT OF CONTRACT AMOUNT RECEIVABLE Boise Cascade -------------------- aving ' 234 906 pine Mountain Club - -- ---- -- --- - ----- ----------- --- ---- --------- - -- --- ----- r' -- 400 000 ' - -- -- -- 2511251 ------------------ t All__stth�L - Various--- ---- -- ---- - ----- - - - --- 969, 61- �--- -- --- t,- -34842 -- Have any of the above been assigned, sold or pledged?-.--RP-.-- If so, state amount, to whom, and 4 0 I Sums earned on incomplete contracts, as shown by engineers' or architects' estimates --------- $ ---- _— ___573 -,424 -_ RECEIVABLE FROM TYPE OF WORK AMOUNT OF CONTRACT AMOUNT RECEIVABLE _State of_Calif._- ----T--7 e- -m-- ple Ave: - Grading and paving ---72 —r- -75 ' ----- 69,205 ---- Road " " 1 703 000 100,794 -------- _"_- ______- ___Barton _______ n.----- ��---- Temecul- a---•-- - ��--------- - - - --- 969, 61- �--- ,129 -----• °- - --- -- - - -- - ------ --- --- Ludlow ----- t- --•------- ---��-•--- ------ - -- -- - -3, -- 12,215,722 --- ---••---- -72 214,666-- --- --��- -----.. --------------- -- -- -- A)�- other --- --- ------- --- -------•----•------------•••----- --- ---------- --- --••---------•- -- - --------- ------•---------- ------- -�� -�� ------ ----• -------------••- --------- --- .----- ----- ---- - --- - - -- -- -A-- -- 0,496-- -- -- --- --- -- ---- --- - ----•- ------------------ - -- - -- --- ----16,630 -- -----•-•- --------- . -. -._. Have any of the above been assigned, sold or pledged -._No . _.. If so, state amount, to whom, and reason -------------- _------------- _. --- -- -- - - - - - -- -- --- - --- --• --- ---- - — --- - -- '' • List teWratel, each ilan amounting to 10 per cent or Moro of the total and combine the remainder. 191 DETAILS RELATIVE TO ASSETS (Continued) t 5° Accounts receivable not from doruction contracts .__— ______— _-- __�_..____— $-_.--_- 208,490 -- RECEIVABLE FROM FOR WHAT WHEN DUE -- -- E._L. -- Yeager-- CornpanY --------- -- ----------- -- ------ ------S outhvestern_ Aggr __,._.l.nt,-- -- -- ---•-•-- -- - --- - Fede_ rs. 1--- income --- tex-------------------------------- ' -------------------------------------------------- ----------------------•-------------------- --- •------------ ---- ---- --- ---- V ari-ous -- ------ ------ ---- ---- -- -- - --- - - E9t tj_Pa__Rental- -•----- -- -- ------------------------------------ ----- ----- •---- --- -- -- -- ------ --- - --- -- = ----------------------------------------------- --------------- -- --- ---- --- -- --- =- -- ---- - -- - - -- -------------------- --- -- -- -- ----- ------- -- - - -- -- Current ....... --------------------------------------- -- - -- --- ---- ---------• - ------ ---- -- -.._-- -- - ---•• •AMOUNT ... ------ --- ••--•--50,592 - -• -- 29,A00----- -••----- --20,263 - -- --- ----------------------- What amount, if any, is past due ?----- ---- -----° - -- ------ --- - -- - -- - - - - - -- -- -- $- -------- --- - None-- - Assigned, sold, or pledged - - - -- - -- - -- -- -- - - -- - - -- - - - -- -- -- $. _. --_- None - -- '6 Advances to construction joint ventures ---- - -------- ______.__ _._.__— __— _________ $ -------- .206 692------ - NAME OF JOINT VENTURE TYPE OF WORK AMOUNT -- Yeager -- Constructors-------•---•------ ---- •-------------- ------ ------ — --------------------------------- --------------------------------------------------- ----------------------------------------------------------------------- -- ------------------------------- --------------- •-••--- ------ -•- •----- -- ---- -- ...... -- -- ----- ---- -------- --- -- - --- --- 206,692- --- -- ---- ---- ----- -------- What amount, if any, has been assigned, sold, or pledged?.__________.—..— _...____.__._.._..______..__ —. $___._— _.__..__None _ 7 Materials in stock and not included in Item 4 (a) For use on incomplete contracts (inventory value)_- ___- _ -_____ $_____-- --------- _------- — (b) For future operations ( inventoryvalue) --------- _— _.__ —____: $ ----- _ ---- ___131. 661___ (c) For sale (inventory value )________._________.____.___.__ _._._.____— $ ............. 53 1 8 5 0----- ' - DESCRIPTION QUANTITY VALUE . FOR INCOMPLETE CONTRACTS FOR FUTURE OPERATIONS FOR SALE Schedu - �:::- -:::_- - - l - e -_ .. . .::.:.... ...:::...:.:::.::.. -- -- --- - - -- ' --- -- •- ---- - --- - =- ----------------•- ---- --- --•- --- ----•-•------•--- --------------------------------------------------- ---------------- --------------- ------ --- -- ----- -- -- ------ --- ---- -- ---- - - ---•- --• --- --------- 13,661 --- - -•------- ---------- ------- --- -- ------- -- -- -- -------- 53, 50 - --------------------------- -------------------------- What amount, if any, has been assigned, sold, or pledged? ..-._.__-__-__-_------------- — ___— ___.— ._________. $ ---------------- __None Who has possession? - - ------ -------- — — - -- - - - — -- - - - - -- -- - - — -° -- - 'If any are pledged or in escrow, state for whom and reason ---- ----- ... --- _.....__._..____._.__._--- ------------ _— ____._..._._... - ----- -- ----- -•----- ---- -- ---- •-- ------- -------- -- ------- ___ ---------- ----------- ----- -- -- -- ----------- --- ---•- -- -- -- - ----- - -- - - -- °- - - - -- Amountpledged or in escrow -- -- ------------ -------------------- ---------------- ----------------------------------------- ----- - ---- --- ------ $---- --- ---- --- ----- ------ -- -- - - -- -- • List se"...topp etch item amuuntu,g to IU tier lent ,, more of the total and emnbine the remainder. as IMPORTANT: limns listed under this heading will he given no consideration as working capital unless actual or estimated market value is fumished (101 . Negotiable Securities ( List non - negotiable items under Item 13) $aa (a) Listed— Present market value _______- ___— _____— ____--- .___________._ 55 506 (b) Unlisted — present value -------------- BOOK VALUE PRESENT (ACTUAL VALUE OR ESTIMATED) ISSUING COMPANY CLASS Q SAN- TY UNIT PRICE AMOUNT . --------------------------------------------------------- --- -- ••-• --- ----Schedul--------------------------------------------------- --- ---- -- ---- ------ -------- --•-- - -- ---- -------'- --- -- -- ------- - - - --- ________ ___ ______ __ __ - ---- --- --------- ---• ---- -- -- ------- - -••-- _____________ ---- ---- ­---------- - -- ---- ------- ____________ -- --•-------------------------------- -- --- - ----- ---- --- - - -- -- _____________________ _ ____ -- ----------------------------------------- - --- ------- --•- -----• --- _____________ - ------ ----------------- -- - -- -•-••- -- ________.__._________.___. 105,073----- - --------------------------- -- --- ------ --- --- -- ---•---- Who has possession? - - ------ -------- — — - -- - - - — -- - - - - -- -- - - — -° -- - 'If any are pledged or in escrow, state for whom and reason ---- ----- ... --- _.....__._..____._.__._--- ------------ _— ____._..._._... - ----- -- ----- -•----- ---- -- ---- •-- ------- -------- -- ------- ___ ---------- ----------- ----- -- -- -- ----------- --- ---•- -- -- -- - ----- - -- - - -- °- - - - -- Amountpledged or in escrow -- -- ------------ -------------------- ---------------- ----------------------------------------- ----- - ---- --- ------ $---- --- ---- --- ----- ------ -- -- - - -- -- • List se"...topp etch item amuuntu,g to IU tier lent ,, more of the total and emnbine the remainder. as IMPORTANT: limns listed under this heading will he given no consideration as working capital unless actual or estimated market value is fumished (101 . E, L. YEAGER CONSTRUCTION COMPANY, INC, BID QUALIFICATION SEPTEMBER 309 1971 MATERIAL IN STOCK Aggregates $845 Asphalt Plant 6,616 supplies 1,035 Diesel fuel and gasoline 1,637 Construction supplies 3,528 Equipment held for resale 532850** $67,511 ** For sale t. �'.' n 7@ y G) 2 W N V • m 0 0 0 O N O O rt N n 7 N 0 0 N . Z n -• C= n n rf J c N O 0 3 -• N rt 7 c -• N N= 0 c rt 0 m O. 7 N O1 N OI 7 N N Z K a m_ i_ =3 (D c' a,G')w Cl rt rt N n N N n n O -0 - 0 O N -1 N rt rt n N W N -• DI I n n. 3 a On m - n 0 m m— — 3 -i m D N O D -h n -h rt n Z . m_ -vm -N -- N •.• -• O Z rt ' 0- c - m n O rt 3 3 d v� rt mn rt O. — s ad O 0i m CD 0 m- w �. N O p, n 7 O 0 . W C') 7 On O _. 7 • d 7c rt 0 y n O m n < _ r m In m CA cmi m m -Oi o 3 D p O O C z m r- r D to X m r -I —N N — N D CA T a -- In L1 V C. N O 0000 V C5 O Z O m n n n _I -P- Ln 0 a 4 0 L W -•0FO- y Z n H 3 D z c •< Z •• N iA -1 LA -•O Wtn W1n ONO W In O� �O V N to 0 0 � n O n O m� D r c m W tn M 4 C, V 3 C\ 0 L. 0 WC, N...•O W N c nO A O W V 1 n D% 0 I n W Z O V O Cho Orn wN %C OD -I c ? D ;MD _ N i? i n m NN NLn - N 0 14 OD �O 4.1 %O In V In %D W � D Z rZ C') mo�,r >o m to m m O -• w in D D In D` ND NN NUU N%0 3 r- 0 0 tn 10A W OD 4- li C vm V C) V NN ODD V O Z An W O C` C% W O In OD N Ln OD O -i k k• 1 'REAL ESTATE LOCATION Aqua Hansa Road Mt. View and Fremont Aqua Hansa Road Mt. View and Fremont Son -Dak Property Whitewater Partridge Pits E1 Cajon ' Victorville Hemet Total ' * Encumbrance $63,626. 0 0 E. L. YEAGER CONSTRUCTION COMPANY, INC. BID QUALIFICATION SEPTEMBER 30, 1971 DESCRIPTION 62.87 Acres - Gravel Quarry 4 Acres Office, Shop and Yard Quarry 5 Acres 37 Acres - D. G. Pit 30 Acre Site 80.6 Acres - Rock & Sand Pit 115 Acres - 20% interest 14 Acres - Rock and Sand 42 Acres - D. G. Pit HELD IN WHOSE NAME Corporation Corporation Corporation Corporation Corporation Corporation Corporation Corporation Corporation Corporation VALUE $138,314 4,000 633,380 25,000 74,000* 27,000 50,000 35,000 20,000 45,000* $1,051,694 0 E. L. YEAGER CONSTRUCTION COMPANY, INC. BID QUALIFICATION. SEPTEMBER 30, 1971 i TO WHOM PAYABLE Wallace Mach. (1) 1 Johnson Tractor (23) G. E. Credit Corp. (2) Walter Heller Co. (1) 1 Nat. Accept. Co. (2) CiT (2) ' Utility Trailer Sales (1) Westinghouse Cr. Corp. (1) 1 Clark Leasing (1) Bank of America (2) 1 Shepard Machinery. (2) Whitney Tractor (3) 1 . i 1 1 i 1 o Total HOW PAYABLE $1,052.41 33,795.25 2,782.47 671.00 16,368.08 950.00 2,400.00 3,569.50 1,027.46 15,049.00 3,075.00 1,510.00 AMOUNT $4,210 397,824 45,394 4,022 78,597 5,700 28,450 57,112 9,247 242,475 61,545 12,641 $947,217 0 DETAILAWELATIVE TO ASSETS Other current assets 9 Bid deposits, prepaid expenses, cash value of life insurance, accrued interest, etc. - -^ DESCRIPTION AMOUNT _ iepos_its_on_ current_ contracts _______ ----------------- •_____ �repa i d__ Insurance __2rePa !A_ -1. 1 _c.eAs.e_s ----- -------_----------- -- -- -- ---- --- --- --- ---------- -Pr_eP _a_i d__A_roPer ty -__ taxes- --------------------------------- - ---- --- 3repa_id -. Fade _r_al-- and..5_tate-- income___t ns________._.. -Pre paid- interes t_ charges--- included_. in- e9uip-me. --•--------------------------------------------------------------------------------------- 10° Real estate ( (a) Used for business purposes Book value 1 (b) Not used for business purposes S ,412_ -__. LOCATION DESCRIPTION HELD IN WHOSE NAME VALUE ________ __________________ - — Schedule--- ---- ---- - - -- - -- --- •- ---- -- -- ----- ------ - ------- ----- -- --- -- ---- -------- --- - -- --- -- - - -- ---- •----- ------ --- ---- --•-------- ----------------------------------- - - .... ................. --- --- ---- --••-- -- -- --- -- -- -• -- t-------------------------------- ---- _____ ___ _____ .. 1 051 694 - ' 'l - ------ --- --- --- •--- -- - ----- I ---------------------------- ' 11° I Construction plant and equipment ------- ------------ - ---- •-- - - -� -_-- _— �____---- __ - --- (Show details on Page 5, Item 10) 11Awhat is your approximate annual income from rental of equipment owned by you, exclusive of such income from associated concerns having same ownership ----- __ ------ $ _ _.- _____ ... ....... ...........__ IJj 12 1 Furniture and fixtures ----_--- --- -- -•-------- --- -- ------ ---- 13 Investments of a non - current nature _.---.-,--- ----------------- -------- ---- °----- --------- -- ------- - $__.... ----------- .--_900.- -- DESCRIPTION AMOUNT _Membership Lake Arrowhead Golf Club •--------••------- -- ------- ----- --- --- --- - ------ -- -- --- --- • -- ------ ----- - - - - -- -- - ----- - ----- ----- --°- ---- --- ---- -----`-•----------- -------- -- -- --•---- ---- ---- -- ----------------------------------------- - - --- -- ----- ---- -- - --- -• -- ••---•--------•------- ---- -- ---•----- ----- --- ----- --- - -- -- ------ ---- ---- ------- ----- --- --- ----------- ---- ---•-- --- -- ----- --- -- --•-- --- -- ------ - -- --- ------- ----------- ----- ---- ---- •-- - --- -- -----•-- ------ -- ----•- --- -------------- - ---- - -- -- ------ ---- -- -- --- --- ---- --- -• - °•------------ •- ---- •-------- •--------- 900 . ------ --- --•------------•-- ---- -------------------­- --- -- ---- ------------------ ------------------- 14 Other non - current assets --------------- ---- ----_-- .................. — -- - - — -- -- - - -- $ ° ----- - --- -2 50 DESCRIPTION AMOUNT -Organization expense - ---------•--------•-- --•------- ------- ---- ---- ----• ----- --------- --- - -------- ------ - -- ---------- -- --- °•---- -- ------------ ------------------------------------ ................... _-- --••-------- -- ------ - --•---------- -------•----•- ------ ----•-- ------- ----------- •--- -• ----•--- °- -- ------ -- ---- -- ---•- ------- ---- -- -----• - -- --- --- ----- ------ ------------------ _---- -- - ----- -- ---- ---- - ------ ------------------------------------------------- -------- -••- ----- ---- ------------ •--- -- -- ------- -- - ------ -•---•-•- -- ---•----------•- ------------- -------- - -------- ----- --• -- ------------•-•- --- ------- ------- -- --- ---- -°- -- ................... - 250 • --- - --- ---------------- - ---- - ------ ------- ------ - ------• -- -- •----• - - --- -- --------- - ---- TOTAL ASSETS $...._?0,230,603 • Sbow book value (cost less depreciation) unlen an apPmisal schedule prepared by an independent appraiser is attacbed; in which case appraised value may be shown. ❑I) DET4&S RELATIVE TO LIAL 15 Current Portion of Notes Paya , exclusive of equipment obligation _ estate obligations ----------------------- --------------- --------- --- ---------- ----------- --- - - -- ....... .......... TT TTTTI'. • • '— $ ------------ 1.,.52-1 1,521,41Q_ TO WHOM PAYABLE WHAT SECURITY WHEN DUE AMOUNT ;ZeCUri_ty__ -------------- __None____ ____________________Current____ ------------------------------------ - -- ---- --- -------- - --- -•------- -- ----- ----- -- - - - -- - - ---- --------- ----- --- -- --- - --- --- - --- --------- --- -- _____1,499:500__ 9sc -i- dent- al..li_fe...l rns_. - -Coe _ of- .Gal -1 Earn a ______ _ _ _,_p and_secur tom_ ______ _ FOR WHAT ........ - =------------------------------------------- --- ----------------- ----- -- - --- --- a9r_eement -------------- .. _1ma- al- i -• ---- ---------- 21..93-9 -- 16 o I Accounts Payable: (a) Not past due ----- - - - --- 21 (b) Past due -------------- ----- --- ---- -- ------ ---- --- - - -- -- -- - -- TO WHOM PAYABLE FOR WHAT WHEN DUE AMOUNT - Chevron Asphalt ------------------ --- -- -- ------ --------- -- -- -- Materials ------- ------- -- ----- ------ ------- - - -- Current ------ -------- - --- 205.059 --------•------------------- -Q I__5ervice__ Rock - 1� -I� 421,883 -•-A 1- LP theJ----- ------ ----- -- ------- ----- -- ---- -- ---------- --- ----- ----- --- -- - -- - ------------------- --------------------------------------------- ---------------------- - Va r i ou s - - ---- ---•-------- ......•• -- - - -- -- - -IV° --- -------- -- ---- 1.541_.423 -- -- --- ---•-- --------- 17 551 375 Other current liabilities -------------------------------- ----- -- --------- ---- ----- --- - -- - -- $--------------'--------- Accrued interest, taxes, insurance, payrolls, etc. DESCRIPTION AMOUNT Accrued_pay_rol_I-------------------------------------------------------------------------------------------- ----------- 317,185 --- Accrugd_ taxes _ 162 -,649 _other__ accrued__ expenses ------------------------------------------------------------------------------ --------------------------- ----- ------ -- 57,757.. income taxes 13,784 • 18 I Real estate encumbrances ------------- - --- ----- ------------ - --- -------------------------- $------ ------ - 63,-626- -- 19 Construction Equipment obligations (a) Total payments due within six months $.-.._-..---_-- .4..4$.,.6.13 ... secured by equipment: { (b) Total payments due after six months.... $- ...- - ------- 498 -, TO WHOM PAYABLE HOW PAYABLE •• AMOUNT ----------- ..- -•--- ------- - ----- --- ------ ---- ----- -- -- ------ ----------------------- -------------- ---------------- --- ---- --- --- -- -- ------ --- ----- - --- - - ---- ------------------------------------------------- -- --- ---- -- ---- --•------ - -- --- ------------------------------------ - -- ---- --- -------- - --- -•------- -- ----- ----- -- - - - -- - - ---- --------- ----- --- -- --- - --- --- - --- --------- --- -- ----------- 947, 217__. -------------------- -----------•---------------- 2U1 Other noncurrent liabilities and noncurrent notes payable. ...... . ------------ -.. _ _- _._- .._- - -.__- $ ...... --------- 7.7.8,.0.70 --- DESCRIPTION FOR WHAT WHEN DUE AMOUNT Occidental_ Life Ins_ Co. of California ----M --------•----------------------------------------- ------- ----- -- ----- ----- --- -- -- ----------- --- ---------- ------------ ---- -- ---------••---•- ------- --- -------------- ------ ............ - ------------------- -Mm ----- - ----------------------------------------------------------------------------------- Term loan --------------------------- --- ---- •--- ----------- -- ------- - -•---- ----- Instal --------------------- -- ------ -- --------- --- •------ --- - ----- 778,070 -•-------------------------- -------------------------- --- -- ----------- -- - 21 1 Reserves .... ...... . ....° .... - - -- - --- $-------- DESCRIPTION AMOUNT ___Bad debts •----------------------------------------------------------------------------------------------------------------- --- ----- -- --------- ----- - - - --- - -------------------------- 22 Capital stock paid up: (a) Common ----- ------------------ ------•- -- --- -- - -- - - - - $ ° ---- ----- 138,100 _ (b) Preferred ----- ---- ----- ------- -- ----- ---- ---- - - - - - - -- -- - $-•------ ------------- ------ -M-M- 1 23 I Surplus (or Net Worth)....--------------- ......... ............. - .......... ....... 14 008 309 � 20 230 603 TOTAL LIABILITIES AND CAPITAL $ ........- ..._.v........a....... •• to this space show amount and frogvancy n( iminllmnn[ payments. • List seMmtely each item amounting to 10 per mot or mote of the total and combine the remainder. [121 DI If a corporation, answer this: If a copartnership, answer this: Capital paid In cash, $_._.. -_ -_138 100 _00 _ _ — _ Date of organization ._ -._.-------- __ -- When incorporated____._ March 30. 1953 Y_ State whether partnership is general, limited or association ' Cal i forn i a —. - -- — - -- -- ---- - - - - - -- - -- Inwhat State .------ ---------- ------ - ----- ---------------------•- ` Jac ues 5 Yea er Name and address of each partner: President's name -- -q - - — - -- - - Vice President's name .... . -- Gilbert. E. ----- ------ - - - - - -- - -- - - - --- Secretary's name. ___ -- ..__.Julian W, Powers ----------- ------------- 7­­'-­­--------­ — Treasurers name ............. RA._ Yeager ------ - -- -------------- WHERE PREQUALIFICATION IS BASED ON A COMBINATION OF ORGANIZATIONS, THE APPROPRIATE AFFIDAVITS BELOW MUST BE EXECUTED FOR EACH MEMBER OF SUCH COMBINATION. AFFIDAVIT FOR INDIVIDUAL --- --- -- ---- ------ --- -- - - ° - - - ---- ---- ------ ----- -- -- -doing business as-- ---- ----- - --- -- - ---------- -- - - - --- - - --- -- --- ------ - (Nune of individual) (Name of firm, if any) certifies and says: That he is the person submitting the foregoing statement of experience and financial condition; that he �has read the same, and that the same is true of his own knowledge; that the statement is for the purpose of inducing the - State of California to supply the submitigor with plans and specifications, and that any depository, vendor, or other agency therein named is hereby authorized to supply said State of California with any information necessary to verify the state- ment; and that furthermore, should the foregoing statement at any time cease to properly and truly represent his financial ' condition in any substantial respect, he will refrain from further bidding on State work until he shall have submitted a revised and corrected statement. 1 certify and declare under penalty of perjury that the foregoing is true and correct, Subscribed at------- --- - -- -- — — - - - - - -• — - ----- ---- -- -------- -- ----- State o f -- - - - -- - (City) (County) NOTE: Statement will be returned unless affidavit is on--.. ------------- 19 ---- complete in EVERY respect. (Date) -------------------------------------------- (Applicant must sign here) rAFFIDAVIT FOR CO- PARTNERSHIP 1( i i .___-.___-_____—__ _— ._- ... ___ ___-- _- ------------- certifies and says: That he is a partner of the partner- ship partner) ship of ------------ _---.---_-----_-- --------------- - ------------------- -.. ----------- --- -; that said partnership submitted the foregoing statement of (Name of &m) experience and financial condition; that he has read the same and that the same is true of his own knowledge; that the statement is for the purpose of inducing the State of California to supply the submittor with plans and specifications, and that any depository, vendor, or other agency therein named is hereby authorized to supply said State of California with any information necessary to verify the statement; and that furthermore, should the foregoing statement at any time cease to properly and truly represent the financial condition of said firm in any substantial respect, they will refrain from fur- ther bidding on State work until they shall have submitted a revised and corrected statement. I certify and declare under penalty of perjury that the foregoing is true and correct Subscribed (City) NOTE: Statement will be returned unless affidavit is complete in EVERY respect. The foregoing statement and affidavit are hereby affirmed. (Remaining members of firm sign here) (County) on State (Date) (Member of firm must sign hero) 19------ -- - -- ------------------ --- --------- -------_------------------ ------- ------------------------ (Nam of firm) [131 AFFIDAVIT FOR CORPORATION R. A. Yeager - --- - -------------, certifies and says. That heis___Treasurer- __4___ (Name of officer) (Official capacity) E L. Yeager Construction Company, Inc. of the._--- _______ —___ ____- _-- _--- _-- _— ___. - -, the corporation submitting the foregoing statement of experience and (Name of firm) - 'financial condition; that he has read the same, and that the same is true of his own knowledge; that the statement is for the purpose of inducing the State of California to supph the submittor with plans and specifications, and that any de- pository, vendor, or other agency therein named is here91y authorized to supply said State of California with any infor- mation necessary to verifij the statement; and that furthermore, should the foregoing statement at any time cease to 'properly and truly represent the financial condition of said corporation in any substantial respect, it will refrain from fur- ther bidding on State work until it shall have'submitted a revised and corrected statement. I certify and declare under penalty of perjury that the foregoing is true and correct. Subscribed at-. Riverside Riverside California __ (Qtr) _ _ _ (Qmnty ) _ - State of _ — - , ' NoTE: Statement will be returned unless affidavit is on-- ---- — . —___. complete in EVERY respect. (Date) (officer must sign here) Nora. —Use, full corporate name and attach corporate seal. I CERTIFICATE OF ACCOUNTANT STATE We have examined the Financial Statement of_ ---- - ------------- -------- --- . ----- -- .---- ---- ---•- -- ---- as of. --------- •------ --__-- - ----- Our examination was made in accordance with generally accepted auditing standards, and accordingly included such tests of the accounting records and such other auditing procedures as we considered necessary in the circumstances. In our opinion, the accompanying financial statement included on pages —_:___ to - -, inclusive, sets forth fairly the financial condition of_________-- ________-------- ------------ as of.. --- --------- ---- --------- --_ --+ in conformity with generally accepted accounting principles. (Accountant must sign here) - - - - -- -- -- - -- -- - ------------ - ------- - ----- - (Print name or firm) ❑ Public Accountant License No_ -------------------- -- ------------- 0 Certified Public Accountant Special Note to Accountant: Review instructions on inside of front cover carefully before completing statement. The above Certificate of Accountant must not be made by any individual who is in the regular employ of the indi- vidual, co- partnership or corporation submitting this statement, nor by any individual who is a member of the concern unless he discloses his financial interest therein. A determination will be made by the Department if the financial interest is excessive. TILE CERTIFICATE OF ACCOUNTANT WILL BE REQUIRED IN ALL CASES. [14] r • • CERTIFICATE OF ACCOUNTANT We have examined the financial statement of E. L. Yeager ' Construction Company, Inc., as of September 30, 1971. Our examina- tion was made in accordance with generally accepted auditing standards and accordingly, included such tests of the accounting ' records and such other auditing procedures as we considered neces- sary in the circumstances. ' In our opinion, the accompanying statement of Financial Condition presents fairly the financial position of E. L. Yeager Construction Company, Inc., as of September 30, 1971, based on a percentage of completion basis in accordance with generally ' accepted accounting principles, except as noted in the immediately following paragraph. ' Negotiable securities, real estate, construction equip - meet, and office furniture and fixtures are stated at appraised ' value rather than at cost or depreciated value. ' Respectfully submitted, ' EADIE AND PAYNE License X -411 ' RIi. 14-. 11190 -- 6-10 081 CONTRACTOR'S COMMENTS ACCOUNTANT'S COMMENTS i i Page 6 .. STATEMENT OF FINANCIAL RESPONSIBILITY ' The undersigned submits herewith a statement of his financial responsibility. �Act f-tC rmna� jSRK fJZA,(<14 - Jfie K J� lc �No NE .4 i 1 i I , • 4 1cACkR GON I UCTIpN'COMPANY, INC. Un i r -Signed ... .' • .:. ... �� s__... �_ti3 .. . . ru..r.r..�.r.:- 1.ie_e..rvlW>a'�. .•.-a1 ._ .. _ .. ...... ..... • • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Reservoir Year Prestressing Reservoir Person to Telephone Capacity Completed Contractor Owner Contact Number 3•+7 i�1>z �:ddr�eo /�✓ iaa 7ia/ Name of Proposed Superintendent: summary of proposed Superintendent's experience:. Project Description Year (Contractor, Prestresser, Owner, Reservoir Capacity) Completed Position GER CONSTRU'TION 6kPANY, Mr. Bidder's Authorized Signature: Jtkli (cont.) YEAR TYPE OF WORK CONTRACT AMOUNT LOCATION AOF WORK AND FOR WHOM PERFORMED 1969 Grading- Paving 170511.00 City of Redlands Tennessee Street 1969 Grading- Concrete - Paving 182,100.00 City of Riverside Chicago Ave Widening 1969 Grading- Concrete - Paving 165,000.00 City of Victorville Various Streets •69 Grading- Concrete - Paving 361854.00 City of Palm Springs Assessment Dist. 95 1969 Grading- Concrete - Paving 119,758.00 County of San BernaTe: Baseline Avenue 1969 Grading- Concrete - Paving 107,868.00 City of Riverside Central Avenue 1969 Grading- Concrete - Paving 270853.00 County of Riverside Tilton Avenue 1969 Grading- Concrete - Paving 489490.00 City of Perris "D" St $ Perris Blvd. 1969 Grading- Structure- Paving 5,600,000.00 State of California . Essex 1969 Grading -Rip Rap- Paving 1,2589000.00 State of California Piru 1969 Grading- Channel - Paving 1730668.00 San Bernardino Co. Flood Control Dist. Cypress 1969 Grading- Structure - Paving 479,000.00 State of California Thermal, California 1969 Grading- Paving 2560000.00 State of California Mountain Center YEAR 1970 1970 1970 1970 070 1970 1970 1970 1970 46 70 1970 1970 1970 1970 TYPE OF WORK Grading- Concrete - Paving Grading - Concrete- Paving Grading - Paving Grading- Structure - Paving Grading- Paving Grading Grading - Paving Grading Grading Grading- Structure - Paving Grading- Structure - Paving Grading- Structure - Paving Grading - Structure- Paving Grading- Structure - Paving 1970 Grading- Structure - Paving 1970 Grading- Structure - Paving 070 Paving 1970 Paving CONTRACT AMOUNT 83,097.00 16,062,00 10,960.00 1,388,920.00 60,497.00 409,990.00 14,180.00 66,506.00 268,554.00 11,693,074.00 2,759,064.00 3,350,980.00 2,061,261.00 673,863.00 147,282.00 2,472,076.41 210,640.00 914,314.00 1970 Grading - Concrete- Paving 511,347.00 LOCATION OF WORK AND FOR WHOM PERFORMED City.of Fontana Assessment Dist. 9 City of Palm Springs Andreas Street County of San Bdno Barstow - Adelanto State of California Beaumont County of Riverside Agua Mansa Road Coachella Valley Co. Water District City of Palm Springs Tamarisk Road State of California San Timoteo Creek State of California Bonnie Canyon State of California Mountain Springs State of California Little Lake State of California Ontario Widening State of California Cabazon County of Riverside San Sevaine Colton Industrial Park State of California Victorville State of California Various locations State of California Various locations State of California Apple Valley TYPE OF WORK Grading- Structure- Paving Grading- Concrete - Paving Paving Grading- Concrete - Paving LOCATION,OF WORK AND CONTRACT AMOUNT FOR WHOM PERFORMED 2521'484.00 State of California Big Bear 68,508.00 State of California Montclair i 123,563.00 City of Riverside Various locations 295,320.00 City of Colton Redevelopment YEAR TYPE OF 4!OP.K. 1971 Grading & Paving 1971 Grading & Paving Grading & Paving Grading & Paving Grading, Concrete & Paving Excavating Channel & Rip Rap Concrete Bridge Drainage & Alignment Guardrail Grading, Concrete Paving Grading & Paving LOCATION OF WORK AND CONTRACT AMOUNT FOR 411MM PEPFOR!'ED 177,624.00 County of Riverside Dillon Road 83,500.00 City of Palm Springs Bogie Road 34,100.00 City of Redlands Bellevue Avenue 121,908.00 County of San Bernardino Chino Airport 327,105.00 Citv of Riverside Lime Street 740,923.00 Coachella Valley County I-later District 137,838.00 State of California Indian Avenue 73,411.00 State of California Highway 18, Victorville 122,650.00 State of California Redlands 60,237.00 Riverside Co. Flood Dist. Rathke Channel 204,089.00 U. S. Navy 29 Palms 0 TECHNICAL ABILITY AND EXPERIENCE REFERENCES, CONT. Name and address of proposed prestressing firm: 0 Page 7a For Whom Performed Reservoir (Give Name and Address of) Person to Telephone Capacity Year Completed (Owner and Prime Contractor) Contact Number an Inc. i M. 1.rDfkmans, President Author ized Signature Prestressing Firm i I I CITY F NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPYGLASS HILL RESERVOIR (1.5 MG) CONTRACT NO. 1351 ADDENDUM NO. 1 Make the Following Revisions to the Special Provisions: Section II Qualifications of Bidders Delete the second sentence and substitute the following: "To qualify as a responsible bidder, the Contractor shall have a successful performance record in reinforced con- crete reservoir or tank construction ". In the third sentence, following "Prestressing Contractor" add "if applicable ". Please show date of receipt of this addendum on the proposal or insert a copy with your proposal. Benjamin B. Nolan Assistant Public Works Director BBN:WBD:hh Contractor: f. 4 YEAGER CL7NSTRUCTION COMPANY, ;VC. Authorized Signature: i Date Received; J- -� - 1 Y CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT SPYGLASS HILL RESERVOIR (1.5 MG) CONTRACT NO. 1351 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR l of l The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete contract No. C -1351 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION N0. AND UNIT UNIT PRICE WRITTEN IN WORDS TOTAL PRICE 1. Lump Sum Construct 1.5 mg prestressed concrete reservoir; utility tunnel; piping with control valves; drainage devices; excavation; backfilling; and other incidental items of work Dollars and oc Cents $ l0 ump um — 13 2. Lump Sum Construct final grading of reservoir site; concrete walkway and appurtenances; play area; irrigation system; planting and lighting system; and other incidental items of work Dollars and ca Cents $ S 00. Lump Sum TOTAL PRICE WRITTEN IN WORDS: Dollars and - - -__ --------Cents $� 9 /00 ----------' 4----------------------------------------- - - - - -- — ---------------------------- - - - - -- DATE BIDDER'S NAME: CONTRACTOR'S LICENSE NO.1,4ee6i AUTHORIZED SIGNAT�11 'CONTRACTOR'S ADDRESS P. 0. Box 87 Riverside, CaIif. 92502 j\ TELEPHONE NO. 114 CONSTRUCTION CO"Y; INC. - i - INDEX SECTION PAGE I. Scope of Work . . . . . . . . . . . . . . . 1 II. Qualifications of Bidders . . . . . . . . . 2 III. Proposed Site . . . . . . . . . . . . . . . 3 IV. Time of Completion . . . . . . . . . . . . 5 V. Schedule of Work . . . . . . . . . . . . . 6 VI. Trench Safety . . . . . . . . . . . . . . . 7 VII. Shop Drawings, Data on Materials and Equipment, and Samples . . . . . . . . . . 8 A. General . . . . . . . . . . . . . . . . 8 B. Shop Drawings and Data Defined . . . . 8 C. Review and Revision . . . . . . . . . . 9 VIII. Payment . . . . . . . . . . . . . . . . . . 11 IX. Guarantee . . . . . . . . . . . . . . . . . 12 X. Construction Survey Staking . . . . . . . . 13 XI. Grading . . . . . . . . . . . . . . . . . . 14 A. General . . . . . . . . . . . . . . . . 14 B. Structure Excavation and Backfill . . . 14 XII. Concrete . . . . . . . . . . . . . . . . . 16 A. General . . . . . . . . . . . . . . . . 16 B. Admixtures . . . . . . . . . . . . . . 16 C. Mix Design . . . . . . . . . . . . . . 16 D. Reservoir Walls . . . . . . . . . . . . 16 E. Horizontal Construction Joints . . . . 16 - i - 1, 0 9 INDEX SECTION PAGE XII. Concrete (Continued) F. Forming . . . . . . . . . . . . . . . . 16 G. Removal of Forms . . . . . . . . . . . 17 H. Steel Reinforcement . . . . . . . . . . 18 I. Placing Concrete . . . . . . . . . . . 18 J. Consolidating . . . . . . . . . . . . . 18 K. Finishing . . . . . . . . . . . . . . . 19 L. Curing . . . . . . . . . . . . . . . . 21 XIII. Expansion and Construction Joints . . . . . 22 A. Waterstops . . . . . . . . . . . . . . 22 B. Rubber Pads and Sleeves . . . . . . . . 24 C. Joint Filler . . . . . . . . . . 25 XIV. Prestressed Concrete Construction . . . . . 27 A. General . . . . . . . . . . . . . . . . 27 B. Method and Qualifications . . . . . . . 27 C. Materials . . . . . . . . . . . . . . . 28 D. Application . . . . . . . . . . . . . . 29 XV. Earthquake Cables . . . . . . . . . . . . . 36 A. General . . . . . . . . . . . . . . . . 36 B. Material . . . . . . . . . . . . . . . 36 C. Placing . . . . . . . . . . . . . . . . 36 - ii - 0 0 - iii - INDEX SECTION PAGE XVI. Gunite Concrete . . . . . . . . . . . . . . 37 A. General . . . . . . . . . . . . . . . . 37 B. Mix . . . . . . . . . . . . . . . . . . 37 C. Testing . . . . . . . . . . . . . . . . 39 D. Equipment . . . . . . . . . . . . . . . 40 E. Placing and Finishing . . . . . . . . . 41 F. Curing . . . . . . . . . . . . . . . . 42 1� XVII. Painting . . . . . . . . . . . . . . . . . 44 XVIII. Reservoir Testing . . . . . . . . . . . . . 45 XIX. Utility Tunnel . . . . . . . . . . . . . . 46 XX. Altitude Control Valve & Appurtenances . . 47 A. Valve . . . . . . . . . . . . . . . . . 47 B. Sensing Line . . . . . . . . . . . 47 C. Curb Stop . . . . . . . . . . . . . . . 48 D. Water Level Gauge . . . . . . . . . . . 48 XXI. Piping . . . . . . . . . . . . . . . . . . 49 A. General . . . . . . . . . . . . . . . . 49 B. Cast Iron Pipe . . . . . . . . . . . . 49 C. Copper Pipe . . . . . . . . . . . . . . 49 D. Asbestos Cement Pipe . . . . . . . . . 49 E. Victaulic Couplings . . . . . . . . . . 49 F. Sleeve Type Couplings . . . . . . . . . 50 - iii - f1 INDEX SECTION PAGE XXI. Piping (Continued) G. Gaskets and Bolts . . . . . . . . . . . 50 H. Pipe Line Testing . . . . . . . . . . . 50 I. Protective Coatings . . . . . . . . . . 50 XXII. Disinfecting . . . . . . . . . . . . . . . 52 XXIII. Reservoir Water Level Transmitter . . . . . 53 XXIV. Electrical Service and Lighting . . . . . . 55 A. General . . . . . . . . . . . . . . . . 55 B. Electrical Cabinet . . . . . . . . . . 55 C. Service . . . . . . . . . . . . . . . . 55 D. Conduit . . . . . . . . . . . . . . . . 56 E. Electrical Fixtures . . . . . . . . . . 56 XXV. Valves . . . . . . . . . . . . . . . . . . 58 XXVI. Access Hatches . . . . . . . . . . . . . . 59 XXV II .. Access Ladders . . . . . . . . . . . . . . 60 XXVIII.Air Vent . . . . . . . . . . . . . . . . . 61 XXIX. Dampproofing Membrane . . . . . . . . . . . 62 XXX.�D Impermeable Membrane . . . . . . . . . . . 63 A. General Requirements . . . . . . . . . 63 B. Special Requirements . . . . . . . . . 63 C. Earthwork . . . . . . . . . . . . . . . 63 D. Sand Blanket . . . . . . . . . . . . . 63 - iv - INDEX ' SECTION PAGE XXX. Impermeable Membrane (Continued) I ' E. PVC Plastic Membrane Material 64 . . . . . ' F. Installation of PVC Plastic Membrane 66 G. Vitrified Clay Underdrain Pipe . . . . 67 ' 11. Permeable Material . . . . . . . . . . 68 j XXXI. Irrigation System . . . . . . . . . . . . . 70 A. Scope . . . . . . . . . . . . . . . . . 70 B. General Conditions . . . . . . . . . . 70 C. Materials . . . . . . . . . . . . . . j . 70 ;. ' D. Installation Procedures . . . . ... . . 73 ' L. Equipment . . . . . . . . . . . . . . . 75 I F. Guarantee . . . . . . . . . . . . . . . 75 i I. XXXII. Landscape Planting . . . . . . . . . . . . 77 A. Scope . . . . . . . . . . . . . . . . . 77 B. Grading . . . . . . . . . . . . . . . . 77 ' C. Soil Preparation . . . . . . . . . . i . 77 D. Soil Preparation Procedure . . . . . . 78 ' E. Preparation of Landscape Areas . . . . 78 F. Samples and Compliance Testing . . . . 79 I G. Statement of Confirmation . . . . . . 74 H. Planting . . . . . . . . . . . . . . . 80 I. Planting Procedures . . . . . . . . . . 81 J. Maintenance . . . . . . . . . . . . . . 84 i K. Inspection . . . . . . . . . . . . . . 87 ' L. Guarantees . . . . . . . . . . . . . . 87 j Plant List . . . . . . . . . . . . . 88' i v - 11 • • 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR SPYGLASS HILL RESERVOIR (1.5 MG) CONTRACT NO. C -1351 I. Scope of Work The work to be done under this Contract consists of excavation, construction of a 1.5 MG prestressed concrete 1 tank water reservoir and appurtenances, utility tunnel with 1 access manhole, water supply facilities, altitude and control valves; backfilling, drainage devices, landscaping, and other 1 incidental items of work as shown on the Plans, complete in place and operable. The Contract requires completion of all work in 1 accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. W- 5083 -S), and the 1 City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition with 1971 and 1972 Supplements. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone: 1 (213) B70 -9871. Copies of the City's Standard Special Provi- sions may be purchased from the Public Works Department at a 1 cost of $2.00. 1 1 rI 1 1 II. Qualifications of Bidders Only bids from responsible bidders will be considered: ' To qualify as a responsible bidder, the Contractor shall have I a successful performance record in reinforced and prestressed ))) jconcrete reservoir construction, and shall have.actublly constructed 3 prestressed concrete reservoirs of capacity equal to or greater than the reservoir to be constructed under ' this Contract. Bidders shall submit, with their bids, the name of the proposed superintendent who must be experienced ' in this type of work; a list of reservoir jobs successfully completed; and, the name of the prestressing contractor. The ' prestressing shall be done by a company which can meet the qualifications set forth herein, and which will be responsible for all prestressing, pressure grouting of tendons, and gunite ' cover - coating of wrapped wire or strann7. The bi ders' atten- tion is also directed to Sections XIV/ -B. and ZE. of these ' Special Provisions regarding qualification requirements. rI 1 - 2 - 11 • � I1 III. Proposed Site 1 The proposed site.is within a subdivision that is currently under construction. The grading and adjacent street improvements shown on the plans will not be completed prior to 1 advertising for bids for this project. However, prior to the award of this Contract, the rough grading on the reservoir 1 site will be as shown on the plans and an access road will be 1 available. Construction water-will be available from the fire 1 hydrant located at the intersection of San Joaquin Hills Road and Spyglass Hills Road. Fire hydrants closer to the reservoir 1 site may be available as the subdivision construction progresses. The Contractor shall apply to the City Water Department for purchase of water from this hydrant. Before concreting or 1 guniting operations are commenced, the Contractor shall have stored on the site a three days supply of water. 1 Prior to the time water is required to fill and test 1 the reservoir, a water line will be installed by others to the site and will be available for use. 1 The drainage and overflow outlets, and the access walk, shall not be constructed beyond the reservoir site 1 property lines until the adjacent curbs, gutters and sidewalks 1 within the streets have been installed by the Subdivider's Contractor. If these improvements have not been installed and 1 - 3 - l� t :t i� • all other reservoir work has been completed, then the Contractor shall either make arrangements with the Subdivision Contractor to complete the required outlet structures, or return and construct the outlets within 30 days after notification by the Engineer that the street improvements have been constructed. - 4 - IV. Time of Completion ' The Contractor shall complete all work on the Contract within 180 conseeative calendar days after the ' date,that the City executes the Contract. 1 '' - 5 - ! i V. Schedule of Work The Contractor shall submit to the Engineer a written schedule of work as provided in Section 6 -1 of the Standard Specifications. 0 0 VI. Trench Safety In conformance with Section 6422 and 6424, the Labor Code and applicable sections of the Construction Safety Orders of the State of California, a detailed plan showing the design of shoring, bracing, and /or sloping of all trenches 5 feet deep or deeper, must be submitted for the agency's review and approval prior to commencing any such trenching operations. If the submitted plan varies from the standards established by the State Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. - 7 - 11 0 i' VII. Shop Drawings, Data on Materials and Equipment, tand Samples A. General ' The Contractor shall furnish to the Engineer such working drawings, data on materials and equipment and ' samples as are required for the proper control of the work, ' including but not limited to those working drawings, data and samples specifically required elsewhere in the specifi- cations and in the drawings. All working drawings, data, and samples shall ' be subject to review by the Engineer for conformity with ' the drawings and specifications. B. Shop Drawings and Data Defined Working drawings include without limitation, shop detail drawings, fabrication drawings, falsework and ' formwork drawings, pipe layouts, steel reinforcement and ' similar classes of drawings. They shall contain all required details and information in reasonable scale. ' Data on materials and equipment include, without limitation, materials and equipment lists, catalog ' data sheets, cuts, performance curves, diagrams and similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. - 8 - 1 LI C. Review and Revision ' The Contractor shall furnish to the Engineer ' for review two prints of each shop drawing. The Contractor shall properly check and correct all working drawings and ' data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. ' The shop drawings shall be submitted at least 30 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN ", a revision of said drawing will, not be required and the Contractor shall immediately submit five additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED ", formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. tIf the drawing is returned to the Contractor marked "AMEND AND RESUBMIT ", the Contractor shall revise ' said drawing and shall resubmit six copies of said revised drawing to the Engineer. ' If the drawing is returned to the Contractor 9 ,1 1 I '1 i 1 i 1 i 1 1 1 1 1 Cl 1 1 1 marked "REJECTED - RESUBMIT ", the Contractor shall revise said drawing and shall resubmit two copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned copies to the"Contractor without rejection. Revisions indicated on shop drawings shall be considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. - 10 - VIII. Payment Payment for incidental items of work, not separately provided for in the Proposal, shall be included in the bid I' price for other related items of work. x x x x x x x x x x x - 11 - i IX. Guarantee The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. All equipment or material warranties in excess of one year shall be delivered to the Engineer. - 12 - 0 • X. Construction Survey Staking Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys including construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Payment for construction survey staking shall be considered as included in the various items of work, and no additional allowance will be made therefore. - 13 - XI. Grading ' A. General 1, The site has been rough graded as shown on the plans. The existing elevations as shown are t 8.7 feet. A ' sandy terrace deposit material in sufficient quantity to back - fill around and above the tank will be available at the stock- ' pile location indicated on the drawings. This Contract requires excavating from the floor elevation downward, excavation for the access tunnel, and any additional excavation required for the proper execution of the work. ' B. Structure Excavation and Backfill Structure excavation and backfill shall be in accordance with Section 300 -3 of the Standard Specifications except as modified herein. The subgrade for the impermeable membrane, slabs, ' footings, and pipe blocks shall be excavated to the lines shown on the plans. Any remaining .soft or spongy material be shall removed. Undercut subgrade areas shall be backfilled ' and compacted to 95% density using approved granular material, lean concrete or crushed base material. The finished subgrade ' shall not vary more than 0.05 feet from the lines shown on the plans. The completed subgrade shall be approved by the Engineer - 14 - i� ' - 15 - i prior to placing the impermeable membrane or pouring any concrete. Backfilling adjacent to the walls shall not ' commence until leakage a satisfactory test has been completed. The reservoir shall then be drained and remain empty during the backfilling operation. Prior to beginning backfilling, ' all loose soils and debris'shall be removed from behind the walls. Backfill material shall be obtained from the stock- pile except that any organic material or rocks greater than ' 6" in largest dimension shall not be used. The Backfill material shall be placed uniformly around the tank walls in ' layers not exceeding 8 inches in depth. The material shall be brought to near optimum moisture content and mechanically compacted to 958 density except for the top two feet. Back- fill above the reservoir walls shall be placed and compacted in accordance with the Planting Section of these Specifica- tions. Ponding and flooding will not be permitted. Care shall be taken to not damage the gunite coating during the ' backfilling operation. The Backfill on the roof slab shall be placed in ' uniform 6" layers and the weight of the equipment used in the backfilling of the roof slab shall not exceed 9000 pounds. Field density shall be determined using A.S.T.M. ' D- 1557 -70 method modified to use three layers. ' - 15 - i XII. Concrete A. General Concrete construction shall conform to Sections 201 and 303 of the Standard Specifications except as modified herein. B. Admixtures ' Concrete to belused in the reservoir walls, columns and roof slab shall contain Plastiment Densifier, as manufactured ' by Sika. Chemical Corporation in the proportion of two (2) fluid ounces per sack of cement. C. Mix Design ' Concrete for the reservoir walls, roof slab, columns and poured -in -place access tunnel shall be Class ' 658 -C -4000. All other concrete shall be Class 564 -C -3000. ' D. Reservoir Walls The reservoir walls shall be poured full height without horizontal construction joints. E. Horizontal Construction Joints ' Where concrete is to be deposited against hardened concrete at horizontal construction joints, placing operations '. "A" shall begin by placing a 2" thick bed of Class mortar. ' F. Forming 1. Form designs for reservoir footings, walls, ' columns and roof slab shall be submitted to the Engineer for - 16 - J 1 • • ' shall not exceed 4 feet except that 3 x 6 panels may be used review at least 30 days prior to use. Calculations shall ' also be submitted to support the selection of the various ' components of the forming system. 2. Form in the have ' ties reservoir walls shall ' waterstops and a 3/4 -inch breakback or cone depth. The ties ' shall not be broken until the test cylinders indicate that ' the concrete has reached the 28 -day strength. ' 3. Reservoir wall forms may be Economy, Symons, Universal or exterior type there are no ' plywood provided . straight sections longer than 30 inches at any place around the circumference of the wall. The height of the form panels • , shall not exceed 4 feet except that 3 x 6 panels may be used provided they are staggered. 24 inch x 24 inch horizontal ' openings shall be provided in the wall form panels at maximum ' spacings of 90 inches horizontally and 6 feet vertically. The first row of openings shall be 2 feet above the bottom. ' Chamfer strips shall not be placed in the corners of vertical construction joints on the reservoir walls. ' G. Removal of Forms Removal of forms shall comply with Section ' 303 -1.4 of the Standard Specifications. Reservoir wall form ' removal shall not start until 12 hours after completion of . the wall pour. Removal of forms and falsework supporting ' concrete beams, roof slabs, or other members subject to ' - 17 - 11 pours will not be permitted. The reservoir walls shall be poured full height without horizontal construction joints. J. Consolidating All concrete shall be consolidated with immersion type vibrators. Form or external types of vibrators will not ' be permitted. Internal vibrators shall produce a minimum of 14,000 vibrations per minute. Sufficient vibrators shall be ' available to consolidate the concrete within 5 minutes after it is deposited. t - 18 - direct bending stress shall not start in less than 21 days ' after the concrete has been placed unless concrete test cylinders show a strength of not less than 3,000 pounds per ' square inch in compression when cured under conditions similar to those affecting the structure. ' H. Steel Reinforcement Steel reinforcement shall conform to ASTM -A615 grade 60 and be furnished and placed in compliance with Sections 201 -2 and 303 -17 of the Standard Specifications. No field bending of bars will be permitted. I. Placing Concrete Concrete for the reservoir walls shall be deposited through the 24 -inch x 24 -inch openings in the wall ' panels. There shall be no free vertical drop greater than 6 feet, except when starting the wall pour the free drop ' shall not be more than 2 feet. The use of tremies for wall pours will not be permitted. The reservoir walls shall be poured full height without horizontal construction joints. J. Consolidating All concrete shall be consolidated with immersion type vibrators. Form or external types of vibrators will not ' be permitted. Internal vibrators shall produce a minimum of 14,000 vibrations per minute. Sufficient vibrators shall be ' available to consolidate the concrete within 5 minutes after it is deposited. t - 18 - 1' ' K. Finishin.1 ' The exterior of the roof slab shall receive a wood float finish. The reservoir floor, wall tops, and rubber pad ' seats shall receive a smooth and level steel trowel finish. Any floor, wall and roof sections showing continuous reinforcing through the joints, which are not considered expansion and contraction joints, shall be poured in a sequence to be approved by the Engineer. Placing of concrete during periods of low humidity (below 50 %) should be avoided. Surfaces exposed to the drying wind shall be covered immediately after finishing with polyethylene sheets until it is cured as specified herein. ' The steel - trowel finish shall be an integral finish obtained by troweling with a steel trowel after the surface has been floated and allowed to stand until all water sheen has disappeared. Final troweling shall be done after the concrete has hardened sufficiently to prevent drawing ' moisture and fine materials to the surface and when concrete is sufficiently hard that no mortar accumulates on the trowel. Cement or mixtures of cement and sand, shall not be spread on surfaces to absorb excess water or to stiffen the concrete. Troweling shall produce a dense, smooth, impervious surface, free from defects and blemishes. - 19 - 1' L 1 Immediately after the removal of all forms, ' all fins and irregular projections shall be removed from surfaces whether or not they will be covered with high ' tensile wire and gunite overcoats. Cavities from form ties shall be thoroughly cleaned, coated with an approved epoxy and filled with ' mortar consisting of one part of cement to 1/2 part of plastersand. The amount of water to be added to the cement- , sand mix shall be such that the mortar can be driven into the voids by hammer and will compact properly. No Embeco or 1 other additives may be used for pointing such cavities. Surfaces which have been pointed shall be kept moist for a period of not less than twenty -four hours. Finished surfaces ' shall be free from sand streaks or other voids. The exterior surface of concrete reservoir walls ' - the which will receive wire wrapping reinforcing and vertical ' wall joints shall be sandblasted, regardless of the forming method used, by the dry sandblasting process using a sharp ' silica sand. The surface shall be sandblasted sufficiently to remove all laitance, form oil or other type coatings. ' The exterior surface shall be cut sufficiently to provide a mechanical bond between the gunite covercoat and the concrete ' wall. Sandblasting shall not be started before the completion of the curing period or before all tie holes have been drypacked. - 20 - L Ii 1 Cli 0 0 Defective surfaces, such as honeycomb, shall be cut out entirely. The remaining sound surfaces shall be coated with an approved epoxy bonding material applied in accordance with the manufacturer's instructions. The cut -out area shall then be damp - packed with a mix consisting of 1 part of Portland cement to 2 parts of sand. The water content of the sand- cement mix shall be such that a ball of the mix may be squeezed in the hand without bringing free water to the surface. Damp -pack material shall be tamped into place and finished to match adjacent concrete surfaces. Surfaces of areas which have been damp - packed shall be kept continuously wet for a minimum of seven days after completion of damp packing. Embeco or calcium chloride shall not be used for filling defective areas, or be mixed with damp -pack material. Miscellaneous surfaces not covered herein and not specifically designated on the drawings shall be finished as directed by the Engineer. L. Curing The reservoir floor, gunite cover coat, walls and roof slab shall be water cured for at least 7 days. If burlap is used, it shall be wet before it is laid on the surface. All other concrete shall be sprayed with Type I Curing Compound. - 21 - i 1 1 1 1 1 0 0 XIII. Expansion and Construction Joints A. Waterstops Waterstops shall be plastic, made of virgin polyvinylchloride compound, ribbed, uniform in dimensions, dense, homogeneous and free from porosity. The material shall meet the following minimum requirements: Standard Grade ASTM Wiest Tensile Strength ---------- - - - - -- 2,000 psi D412 Ultimate Elongation ------- - - - - -- 300 percent D412 Shore Hardness ------------ - - - - -- 82 3 4 D676 Specific Gravity ---------- - - - - -- 1.37 Cold Brittleness ---------- - - - - -- -20OF D746 Permissible Tolerances: Width --------------- ------ - - - - -- 3,1/4 inch Thickness up to 1/4 inch -- - - - - -- 3 1/32 inch Thickness over 1/4 inch --- - - - - -- 3 1/16 inch Weight --------------------- - - - - -- 3 9 percent The minimum dimensions of the waterstops shall be as follows: Width Lbs. per 100 Ft. Center Bulb Construction joints in floor, walls and roof 6 inch 72 Expansion joints between floor and exterior footing 6 inch 72 Expansion joints between wall and wall footing using rubber pads 9 inch 230 3/4 inch ID Expansion joints between wall and roof 4 inch 54 3/4 inch ID Construction joint between column pad and floor 4 inch 53 - WA Waterstops shall be correctly positioned in the forms so that the center of the waterstop is centered on the joint. Waterstops shall be held in place in the forms by use of a splitform or other approved method that will positively hold the w'aterstop in its correct position. Horizontal waterstops may be supported by nails driven under the waterstop at 12 inch intervals to prevent bending over during pouring. All horizontal and vertical waterstops which are not accessible during pouring shall be tied off in two directions every 12 inches in such a manner that bending is prevented. Wherever walls, footings and floor and roof slabs intersect, the waterstops in the intersecting elements shall be joined or spliced in accordance with the recommenda- tions of the waterstop manufacturer so that a completely watertight joint is obtained. The spliced joints shall be checked for strength and pinholes. Splices in joints shall develop a pulling force _equal to 75 percent of the strength of the unspliced waterstops. Care shall be exercised in the placing and vibrating of the concrete around waterstops so that a continuous bond is obtained. - 23 - equal to 1 medium grade, closed cellular ' B. Rubber Pads and Sleeves ' All rubber bearing pads under walls shall be neoprene. In addition, the material shall meet ASTM R 420 as manufactured requirements, shall have a minimum ultimate strength of ' 2000 psi, a minimum elongation of 500 percent and a 50 Industries, Inc., percent maximum compressive set. Rubber pads shall be of ' 40 durometer. Way, Los Angeles, Rubber pads used under the reservoir walls are covered by Dobell Patent No. 2,932,964 owned by the Preload ' Company, Inc., 839 Stewart Avenue, Garden City, New York, 11530, and a royalty for their use is required. The Contractor ' shall submit written evidence that the royalty payment for this . project has been paid. ' Sponge rubber pads shall be similar and equal to Rubatex R 411 -N soft grade, closed cellular neoprene, as ' manufactured by the Rubatex Division of Great American Industries, Inc., of Bedford, Virginia. Sponge rubber sleeves used in connection with ' the installation of earthquake cables shall be similar and equal to Rubatex R- 180 -14 medium grade, closed cellular ' by Great neoprene, as manufactured the Rubatex Division of ' American Industries, Inc., of Bedford, Virginia at 2655 South Commerce Way, Los Angeles, California. - 24 - 0 0 To prevent any uplift of the pads during concrete pouring, pads shall be glued to the concrete with an approved rubber cement material. In addition, pads shall be held down where possible by dense small concrete blocks placed under reinforcing steel. Nailing down pads will not be permitted. All voids and cavities between ends of rubber pads, or between rubber pad, waterstop and sponge rubber material, shall be filled with a soft mastic that will not adversely affect the quality of rubber, plastic and neoprene �7als. Sponge rubber pads shall be ordered 1/4 inch wider than theoretically required to facilitate placing and to reduce development of voids between sponge rubber, bearing pads and waterstops. The method of holding down sponge rubber pads shall be the same as for rubber pads. /Sponge rubber sleeves shall be tied top and bottom with tiewire to keep concrete out of the sleeves. C. Joint Filler Joint filler shall be Igas as manufactured by Sika Chemical Corporation. The Joint Slot shown on the plan shall be formed by suitably sized wood strips that are removed after the concrete is poured. After the concrete is cured, the Joint Slot shall be cleaned and dried. Igas primer shall be applied to all surfaces of the joint in - 25 - 1 1 1 1 1 1 1 1 1 1 J 1 1 !1 1 '.1 1 1 1 0 0 accordance with the manufacturer's recommendations. when the primer has thoroughly dried, the joint shall be filled with Igas using the hot installation method. The joint shall be filled and finished in accordance with the manu- facturer's recommendations. - 26 - XIV. Prestressed Concrete Construction A. General Prestressed concrete construction shall comply with Section 303 -3 of the Standard Specifications. The word "wire" shall also mean seven wire strand and bars, and the words "stressing machine" shall also mean wire wrapping machines and hydraulic jacks. While prestressing operations are in progress, the Contractor shall place barricades and signs and take other precautions necessary to keep workmen and visitors outside the danger area of breaking wire. In any event, no other work shall be performed within 100 feet of the reservoir wall during prestressing operations. / B. Method and Qualifications t� The circumferential and tendon stressing equipment, meeting the following requirements, will be considered accept- able only if such machinery has been successfully used on at least 3 tanks totalling 10 million gallons in capacity. Contractor shall subunit with his bid the name and address of the Owner and the completion dates and location of three such reservoirs on which the qualifying equipment has been used. No circumferential stressing system shall be employed which in any wire at any point around the circumference - 27 - develops a stress variation greater than 1.25% and which is incapable of producing a continuously electronically monitored permanent stress or force record along the full length of each wire or strand as it is being applied. Tensioning systems based on wire reduction and /or wire deformation will not be accepted. no vertical tendon stressing system shall be employed which is incapable of producing a continuously electronically monitored permanent force - elongation record from zero to full force and to final lock -off. One abscissa of the permanent recording must show the elongation in inches and the other abscissa must show the force in lbs. or Kips. Jack operated cable or rod type tendons, involving the circumferential movement of steel wire or rods relative to the wall, will not be permitted. All electronically monitored force and elonga- tion records for circumferential and vertical prestressing must be submitted to and become the property of the City. C. Materials Uncoated high tensile steel bars for vertical tendons shall meet A£TM A -322 and A. -29 standards and shall have a minimum ultimate strength of 150,000 psi. The circumferential prestressing steel shall have a hot dipped galvanized coating of 0.82 oz. /sf. and shall have a minimum Gam= I • • tubing. D. Application ' ultimate tensile strength of 240,000 psi, a yield strength at 1% extension of 180,000 psi and. a minimum elongation in ' 24" at fracture of 4' %. . All anchor plates shall be fabricated of steel ' which will show no physical distortion when tested to 100 percent of the required anchor capacity. ' Flexible metal conduit shall be fully interlocked with a minimum wall thickness of 0.010 inch to 0.012 inch, ' When necessary, wire ends shall be joined shall be mortar tight, and at all times shall be rigid enough ' to avoid collapse under concrete pressure or general working conditions. PVC tubing may be used in lieu of flexible metal tubing. - 29 - L D. Application ' 1. Anchoring of Wire. The wire shall be anchored with approved . clamps or anchors, and when used for circumferential pre- ' stressing, at least once for every coil or reel, in order to minimize the loss of wire in case of a wire break.. 2. Splicing of wire. ' When necessary, wire ends shall be joined by suitable splicing methods that will develop the full strength of the wire. Use of different alloys in the splicing material shall not be permitted. - 29 - L 11 • � 3. Minimum Concrete Strength. Stressing may commence as soon as the concrete has developed a minimum cylinder strength of 4,000 psi. How- ever, the applied force shall at no time develop compressive stresses greater than 55 percent or bearing stresses greater than 100 percent of the concrete strength available at the ' time the compressive force ,is applied. Wrapping over previously applied gunite covercoatings may be started 12 hours after the coating has been installed, unless temperatures have been below 350 F, in which case the gunite shall develop a'minimum com- pressive strength of 500 psi before wrapping may proceed over that gunite. 4. Stress Records. ' All stressing forces for circumferential and vertical prestressing shall be determined with the aid ' load falling of electronic cells having a maximum tolerance twithin ±1% of the specified forces. Fixed load cells shall be calibrated against portable load cells, which shall be ' calibrated by an approved testing laboratory, at the Contractor's expense, before stressing may be started. The elongation measure- ments for vertical prestressing shall also be based on electronic ' transducers. Manual force and elongation readings for any of the stressing operations will not be accepted. - 30 - i' . 11 • • ' 5. Permissible Stress. ' The initial applied force for circumferential ' and vertical prestressing shall not exceed 75 percent of the ' Minimum ultimate strength of the steel, hereinafter called ' 0.75 M.U., nor shall it be less than 0.725 M.U. The force setting on the stressing machine shall be such that the applied force shall fall within the 0.725 M.U. to 0.75 M.U. stress limitation requirement. The force setting shall be ' corrected immediately in the event that the applied stress exceeds this condition. 6. Shop Drawings. The Contractor shall submit shop drawings which shall cover the vertical prestressing tendons and anchor plates ' and the wire clamps for the circumferential prestressing wire. ' 7. Wir@ Spacing. The minimum clear spacing between any 2 wires to be encased in gunite shall under no condition be less than 1.5 wire diameter or 3/8 inch, whichever is larger. Any wires ' not meeting the spacing requirements shall be spread by approved methods or removed. 8. Wire Bundling. ' Bundling of wrapped wire around pipe or manhole openings shall not be permitted. Any wires falling in such - 31 - 11 areas must be spread over a predetermined area above and below such wall openings, in conformance with the above wire spacing requirements. 9. Forming of Anchor Pockets. ' Provisions shall be made to flush tendons for vertical prestressing with water during concrete placement, except for those type tendons that are fully watertight. Forms and cover plates for anchor pockets for ' vertical prestressing shall be strong enough to take the ' vertical load of the wirewrapping machine. Such forms shall not be removed until both wire wrapping and gunite operations ' have been completed. vertical tendons shall not protrude above the top of the riding surface of the machine. 10. Assembly of Pressure Grouted Tendons. ! ' Tendon components shall be assembled as detailed on the shop drawings. Particular attention should ' be given to sufficient taping of joint connections and holes in flexible tubing and transition cones, developed during ' transportation, handling, and placing of tendons. To avoid ' joint connections between flexible tubing, cones and anchor - plates from working loose, they shall be properly tied together ' with tiewires or other means. Bars shall be screwed tight into the anchorplates and all the way to the last thread on the bar. 1 1 - 32 - ' 0 0 ' No concrete shall be placed until the place- ment of tendons and conventional reinforcement have been ' inspected and approved by the Engineer. 12. Vertical tendons shall be flushed with water ' during pouring of concrete after every 6 foot pouring lift of ' concrete, unless such tendons remain watertight during the pouring. The flushing must continue until pouring and 1 - 33 - 1 A 3/8 -inch nominal diameter grout tube ' connection shall be provided at each anchor. Pressure grouted tendons shall be placed at ' proper locations, elevations and alignments, with a maximum ' tolerance of plus or minus 1/4 -inch. All tendons shall be properly tied at the anchorplates and shall be tied and supported at no more than 10 -foot intervals. The clearance between bottom anchorplate and ' waterstop, when placing vertical prestressing tendons shall ' not be less than 2 inches nor more than 4 inches. The minimum coverage over bars at the top ' of the wall shall be 1'h inches. The concrete cover on the inside wall surface over the anchorplates shall be a ' minimum of 1� inches and on the outside wall face a minimum of 1 inch, discounting for gunite covercoat protection. 11. Inspection. ' No concrete shall be placed until the place- ment of tendons and conventional reinforcement have been ' inspected and approved by the Engineer. 12. Vertical tendons shall be flushed with water ' during pouring of concrete after every 6 foot pouring lift of ' concrete, unless such tendons remain watertight during the pouring. The flushing must continue until pouring and 1 - 33 - 1 it • 0 vibrating of concrete around the tendons has been completed. i Water shall be introduced at the top of the wall, through the top grout tube, and be permitted to drain through the bottom grout tube. Upon completion of the water flushing operation, the tubes shall be given a short burst of compressed air from the top grout tube down, in order to remove any accumulations ing concrete surface. 14. Grouting. ' The tendons shall be grouted with a pressure grout machine capable of developing a pressure of 150 psi. ' Only neat cement shall be used for grouting ' the tendons after stressing. The neat cement shall be mixed thoroughly with water. The water- cement.ratio shall be such 34 1 of water at the bottom of the tendons. Cleaning of tendons by connecting air or ' water to the bottom grout tube will not be permitted. Bars which accidentally or purposely have been covered with oil ' or grease shall be cleaned by flushing through the tendons ' with an approved detergent before grouting may commence. 13. Filling of Anchor Pockets. ' Upon completion of the stressing operation, all anchor pockets shall be filled with 3000 psi concrete or ' mortar. The surface shall be finished flush with the adjoin- ing concrete surface. 14. Grouting. ' The tendons shall be grouted with a pressure grout machine capable of developing a pressure of 150 psi. ' Only neat cement shall be used for grouting ' the tendons after stressing. The neat cement shall be mixed thoroughly with water. The water- cement.ratio shall be such 34 1 i ' that the mix is of a consistency that prevents settling and ' separation of the cement and water in the tendons. This ratio shall be approximately 4' gallons of water to 1 sack ' of cement. For vertical prestressing, a valve shall be 1 inches. screwed onto the top- anchor grout -tube extension of 12 ' The tube and valve may be removed when the cement grout has set up sufficiently so that no further settlement will take ' place. Grout tubes shall be unscrewed no earlier than the day following the pressure grouting operations. Any holes tresulting from inside this, shall be coated on the with an ' approved epoxy before they may be drypacked with Class "A" mortar. ' Grouting of tendons shall be started at the lowest grout- connection. After the grout has come through ' the other end, the valve shall be closed and the pressure ' built up. The valve shall then be opened briefly to let any remaining air out, after which the pressure is built up to ' 150 psi. When this pressure has been reached, the valve at the low end near the pump shall be closed. Intermediate 1 valves shall be closed as soon as grout has started to come through. I[ IF e! 'I - 35 - XV. Earthquake Cables ' A. General ' Earthquake cables consisting of 7 wire galvanized strands shall be installed to connect wall and wall footing ' at the locations shown on the Plans. B. Material Earthquake cables shall be hot - dipped galvanized and shall meet ASTM A 416 requirements, before being galvanized. The amount of galvanizing shall be at least 0.82 oz. per square foot. C. Placing The cables shall be cut to length with a burning torch. Where necessary, the strands shall be pre -bent before placing the units in wall and wall footings, as called for on the drawings. The steel surrounded by sponge rubber sleeves, shall be given a heavy coating of asphalt, shall be wrapped with a glass -fiber cloth, be given another heavy coating of asphalt, which shall be wrapped with pipe- fitters adhesive tape. The sponge rubber sleeves shall then be placed over the protective asphalt coating. The strands may be tied to the outer wall reinforcing curtain or to the vertical prestressing tendons. In the footing, the strands shall be tied to the radial footing bars. - 36 - 0 9 XVI. Gunite Concrete A. General Gunite concrete shall be furnished and placed in accordance with Section 303 -2 of the Standard Specifications, except as herein modified. B. Mix Plastersand shall be used for gunite covercoating of wire- wrapped walls and shall meet the following gradation: Sieve Size % Passing by Weight 3/8 inch ----- - - - - -- 100 No. 4 -------- - - - - -- 97 - 100 No. 8 -------- - - - - -- 90 - 98 No. 16 ------- - - - - -- 70 - 85 No. 30 ------- - - - - -- 35 - 55 No. 50 ------- - - - - -- 15 - 25 No. 100 ------ - - - - -- 2 - 8 The sand shall have a fineness modulus of not less than 2.40 nor more than 2.75. The mix shall be 1 sack of Portland Cement to 3' cubic feet of sand by volume. The gunite strength at 28 days shall be not less than 4,000 psi. Sand shall be delivered to the job site at least 2 days before its use so as to permit excess water to drain off. Sandpiles shall be covered with tarpaulins or poly- ethylene sheets at night and also during the day in the event - 37 - The second protective cover for the pre- ' stressing wire shall be applied over the flash coat, and shall ' consist of 1 sack of Portland Cement to 3 cubic feet of Plastersand. 38 - I' l' of rainy weather. ' 1. Cement Slurry Coats. For the "dry- process ", where the sand - cement ' mix is conveyed through the hose in a dry condition with the ' aid of compressed air, the prestressing wire shall.be coated with a slurry coat consisting of cement and water that will ' provide a coverage of 1 sack of Portland Cement to no less than 125 square feet or not more than 150 square feet of wall ' area. ' 2. Flash Coats. . The slurry coat shall be covered with a tgunite flash coat consisting of 1 sack of Portland Cement to • 3 cubic feet of Plastersand for the "dry- process" or 1 sack of ' cement to 215 cubic feet of Plastersand for the "wet- process ", ' where the sand - cement mortar mix is conveyed through the hose in a wet mixed condition by means of special pumps, before it ' is applied on to the wall at high velocity through high speed rollers or compressed air injected at the nozzle. ' 3. Second Coat. The second protective cover for the pre- ' stressing wire shall be applied over the flash coat, and shall ' consist of 1 sack of Portland Cement to 3 cubic feet of Plastersand. 38 - I' l' - 39 - 1 The other two shall be tested at 28 days. ' ' The 4. Finish Coat. ' A finish coat shall be applied over the second remainder coat, and shall consist of 1 sack of Portland Cement to 3 cubic ' feet of Plastersand. and stored until after C. Testing made and At the discretion of the Engineer, cubes may be ' sawed, or cores having a minimum diameter of 2 inches and an in writing, L/D of 1 or greater, may be drilled from test specimens ' prepared specially for testing purposes or actually taken ' from the structure under construction. Results must be corrected to L/D = 2 as described in ASTM C 42. Gunite specimens shall be shot on a plywood form in one continuous operation to the required height of the ' block. The size of the blocks shall be such that 9 test cubes or cylinders can be made from each block. One gunite test specimen shall be made during ' each day's operation. Four cubes or cylinders shall be cut or cored from each gunite block 14 days after its application. ' Two cubes or cylinders shall be tested for the 14 -day strength. - 39 - 1 The other two shall be tested at 28 days. ' The remainder of the gunite blocks shall be cured ' and stored until after the 28 -day test has been made and until the Engineer has informed the Contractor, in writing, - 39 - 1 0 0 that no additional tests are required. All gunite specimens. shall be properly numbered and dated and a record shall be made by the Contractor as to the relative location of the work for which these samples were prepared. All cubes or cylinders shall be dense and free from sandpockets. Fourteen -day cores shall develop a minimum strength of 2,900 psi. Twenty- eight- day.cores shall develop a minimum strength of 4,000 psi. The cost for cutting, coring, and testing of cubes or cylinders shall be borne by the City. D. Equipment Mixing equipment shall be capable of thoroughly mixing the sand and cement in sufficient quantity to maintain placing continuity, shall be self - cleaning and capable of discharging all mixed material without any carry over from one batch to another. The equipment shall be inspected and cleaned at least once a day and more often if necessary to prevent accumulations of batched material. Delivery equipment must be capable of discharging mixed material into the hose under close control, and it must be able to deliver a continuous smooth stream of uniformly mixed material at the proper velocity to the discharge nozzle, free from slugs of any kind. - 40 - ' Gunite on walls shall not be placed in layers ' The discharge nozzle for the "dry process" shall ' be equipped with a manually operated water injection system capable of directing an even distribution of water through corners may be expected. the - Gunite sand cement mixture. It must also be capable of ready ' adjustment to vary the quantity of water by the nozzleman. bottom then progress Also, for the "dry process ", a sufficient number ' of water -rings and nozzle liners, as well as various sizes and types of nozzle, shall be on hand before any gunite work ' may be applied. Equipment parts, especially the nozzle liner ' and water -ring, shall be regularly inspected and replaced as required. / Placing and Finishing V The Contractor shall satisfy the Engineer that ' the nozzleman has had a minimum of 2 years continuous experience ' on structural gunite work, at least 6 months of which shall have been as nozzleman. Gunite pool and ditch construction ' shall not be considered as qualifying experience for the nozzleman. ' Gunite on walls shall not be placed in layers ' thicker than 3/411. The material shall be applied sufficiently wet that a proper flow of gunite into corners may be expected. ' Gunite placement on walls shall be started at the bottom then progress upward. - 41 - 1 0 0 Cement slurry coats over wire may be applied by the dry or the wet gunite process. The application velocity shall be high enough and the mix wet enough that a proper penetration into all voids around the wire is insured. Plaster mixers may be used if sufficient air and pressure can be added at the nozzle to insure proper penetration of the material. The flash coat shall be applied before the slurry coat sets up. Flash coatings shall be applied on the wire at a wet enough consistency to insure a proper flow of the material around the wire. The minimum cover over the wire, not including the thickness of the wire, shall be 3/8 inch minimum. Second coatings shall be applied over the final flash coat to a minimum thickness of 5/8 inch. The surface of this coat shall be broomed after the initial set of the gunite. Finish coatings shall be applied over the final coat to a minimum thickness of 5/8 inch. Immediately in advance of applying the slurry coat, the second coating and the finish coating, the existing surface shall he cleaned and sprayed with air and water. F. Curing Intermediate layers of gunite shall be kept damp by hand spraying with water. - 42 - 0 0 The final gunite surface shall be continuously water cured for a period of 7 days. Membrane curing will not be permitted. - 43 - ' XVII. Painting I The exterior wall and roof slab of the reservoir shall be painted with two coats of Sika -Seal at the rate of 150 square feet per gallon per coat. The first coat shall be ' applied as soon as the water curing of the gunite or concrete has ceased. The second coat shall be applied when the testing ' of the reservoir is completed. The Sika -Seal shall be applied in accordance with the manufacturer's recommendations. 1 - 44 - 1 r XVIII. Reservoir Testi After the reservoir construction has been completed, but prior to backfilling the walls, the reservoir shall be filled and remain filled for 10 days. The leakage shall then be determined by measuring the drop in the water surface which shall not exceed 1 /10 inch in 24 hours. In addition, all visible leaks shall be stopped in a manner approved by the Engineer. Water for the initial filling of the tank will be furnished by the City at no expense to the Contractor. If the reservoir needs to be drained and refilled to make repairs, no charge will be made for the refilling provided the water drained from the tank is acceptable by the Engineer for reuse in the City's water system. If the water is not acceptable for use in the City's system, then $300 shall be deducted from amounts due the Contractor for each refilling required. Prior to filling the reservoir, the inlet line and the reservoir shall be sterilized as specified herein. - 45 - 0 11 XIX. Utility Tu=el The tunnel may be constructed by use of Quickset preformed sections as manufactured by Associated Concrete Products, Inc. or by poured -in -place methods. Final approval for use of Quickset products by the Engineer will be contingent upon receipt of shop drawings and structural calculations indicating that the components when assembled can unconditionally satisfy the use for which they are intended. Calculations must include the variable height backfill and the access shaft. Supports shall be provided under all valves, the altitude control valve, and pipe, as required, to provide a rigid system. The hole in the tunnel roof required for the valve control extension shaft shall be located and cored after the valve has been assembled and the exact location is known. If the tunnel is poured in place, construction shall conform to the requirements of the Concrete Section of these Specifications. - 46 - I' - 47 - I' • ' XX. Altitude Control Valve & Appurtenances A. Valve The altitude control valve shall be a Clayton ' Two -way Flow - 206 -1.M, CI BZT, flanged, with epoxy internal ' coating as manufactured by the Cla -Val Company of Newport Beach, California. Flanges shall be 125 lb. conforming to .' ANSI B 16.1. The stem shall be supplied with a plastic sleeve. The valve and appurtenances shall be installed in ' conformance with the manufacturer's recommendations. The ' height difference between the surfaces of the mercury in the chambers shall be set at 1'10 ". This is intended to close the water supply valve when the water in the tank reaches an elevation of 661.5171. This provides a maximum water depth of ' 24'11" above the floor of the tank and 118" below the overflow elevation. B. Sensing Line ' The pressure sensing line from the pilot control to the flanged wall sleeve shall be 3/4" copper tubing attached ' securely to the inside wall of the tunnel by use of galvanized metal clamps at 3 -foot minimum intervals. Pipe bends and ' clamps shall not crimp or deform the pipe in any way. The ' pipe shall be installed on a straight grade upward from its connection to the pilot control to the corporation stop so as ' to avoid creation of air pockets. I' - 47 - I' 0 6 C. Curb Stop A 3/4 inch curb stop and drain shall be installed on the sensing line as indicated on the plans. The curb stop shall be Mueller H- 15288. D. Water Level Gauge A water level (altitude) gauge, Crosby - Ashton AAAH- 30417, shall be mounted on the 3/4" x 1/4" tee in the 3/4" copper pressure sensing line as indicated on the plans. The dial shall face the access shaft and shall have a range from 0 to 30 feet of water. The gauge shall be calibrated after installation so that the water level in the reservoir is accurately indicated. - 48 - 0 0 XXI. Piping A. General All piping materials shall conform to the applicable portions of Section 207 of the Standard . Specifications. B. Cast Iron Pipe Cast iron pipe and fittings shall comply with applicable portions of Section 207 -9 of the Standard Speci- fications. Pipe shall be Class 150. Cast iron fittings shall conform to Section 207 -9.9 of the Standard Specifications and shall be for a working pressure of 156 psi. All cast iron pipe and fittings shall be cement lined. C. Copper Pipe Copper pipe shall conform to A.S.T.M. Designation 888 Type K. Fittings shall be wrought copper designed for 150 psi working pressure with soldered joints unless otherwise shown. D. Asbestos Cement Pipe Asbestos cement pipe to be used in construction of the overflow and storm drains shall conform to Section 207 -6 of the Standard Specifications. E. Victaulic Ccuplin s Victaulic couplings shall be Style— " as manu- factured by the Victaulic Company of America. - 49 - L 1 .1 1 i I 0 • F. . Sleeve Type Couplings Sleeve type couplings located in the utility tunnel shall be Dresser Style -53 as manufactured by Dresser Induatri:es The eoupling between the cast iron and asbestos - cement pipe shall be a "Ring -Tice" adaptor. G. Gaskets and Dolts Gaskets for flanged joints shall be full face and cut from 1/8" thick rubber. Bolts for above ground (utility tunnel) flange joints shall conform to the requirements of the "Specifica- tions for Low Carbon Steel Externally and Internally Threaded Standard Fasteners ", Grade B (A.S.T.M. Designation A307). Bolts shall have a minimum tensile strength of 55,000 psi. Bolts and nuts for buried flange joints and for all fittings inside the reservoir tank shall be Type 316 Stainless Steel. H. Pipe Line Testing The piping system shall be tested in accordance with Section 306 - 2.3.10 of the Standard Specifications. Water ivr the tests will be furnished by the City. I. Protective Coatings The exterior surface of all buried valves, flanged joints, and other buried items which are not mortar coated - 50 - I' 1 1 t 0 except for cast iron pipe and fittings shall be thoroughly cleaned and given two coats of EC -244 as manufactured by Minnesota Mining and Manufacturing Company. The coating shall be applied strictly in accordance with the manufacturer's recommendations. After drying, the coating shall have a minimum thickness of 1/8 inch. * * * * * * * * * * * - 51 - XXII. Disinfecting The piping system shall be disinfected in accordance with Section 306 - 2.3.10.2 of the Standard Specifications. Prior to disinfecting the reservoir, the interior shall be thoroughly cleaned. All loose debris shall be removed and then the walls and floor washed thoroughly with clean water. The inlet - outlet pipe shall be capped during the cleaning operation after the wash water has been removed. Water containing 50 ppm chlorine shall be placed in the reservoir to such depth that when the tank is filled the resultant chlorine concentration shall be no less than 2 ppm. The water containing 50 ppm chlorine shall be held in the reservoir for 24 hours before the reservoir is filled. The full reservoir, in turn, shall be allowed to stand for 24 hours, after which the reservoir may be put into service without draining the water used to disinfect it. - 52 - 1 1 XXIII. Reservoir Water Level Transmitter The water level transmitter shall be compatible with the Zone IV reservoir level receiver unit (Bristol Model IMIM500G14R) to be installed, by others, in the control 1 building at the City of Newport Beach's Big Canyon Reservoir. 1 The Contractor shall acquaint himself with these controls by contacting the City's Public Works Department, phone (714) 673 -2110, and by reviewing the construction plans for the City's Contract C -1350, Plans W- 5082 -5. The instrument shall indicate as well as transmit the reservoir water level. The indicating scale shall have a range of 0 - 30 feet. The transmitter shall be enclosed in a case suitable for mounting in the weatherproof electrical cabinet shown on the plans. The transmitter shall be Bristol OG685M -14. The transmitter shall be connected to a Bristol Pressure Bulb #31 by 1/4 -inch copper tubing. In the ground, 1 attach the 1/4 -inch tubing to the electrical conduit. This should be accomplished outside the access shaft, through the wall, and down the access shaft. At that point the line shall be run over to the side of the tunnel where the altitude 1 control valve's pressure sensing lines are to be located. - 53 - .1 u 1 1 1 .1 1 1 1 1 1 '1 l 1 1 1 1 1 1 • • The tubing shall then be attached to the inside face of the tunnel and run along with the pressure sensing lines. Care shall be taken in bending and attaching the tubing to avoid crimping. The pressure bulb shall be mounted on a 1/4 -inch tee in the 3/4 -inch pressure sensing tubing adjacent to the altitude gauge. The Contractor shall make the necessary electrical connections between the transmitter and electric service; but the City will make the arrangements, with the Telephone Company for the necessary transmission connections. - 54 - 0 0 XXIV. Electrical Service and Liahtin A. General The work covered by this section consists of furnishing all labor, materials, and equipment and perform- ing all operations required for a complete and operable electrical system as indicated on the drawings and /or as specified herein. Miscellaneous appurtenances are not necessarily specified or shown on the plans. All work and materials shall be in accordance with the City of Newport Beach Electrical Code which is the 1468 National Electric Code. Materials shall be new, shall be listed and approved by Underwriter's Laboratories, and shall bear the Inspection Label where subject to such approval. B. Electrical Cabinet The electrical cabinet shall conform to the dimensions shown on the drawings. The meter socket, circuit breaker panel and reservoir level transmitter shall be mounted within the cabinet. The cabinet shall be free standing, weatherproof construction and equipped with double hinged doors that have a hasp and bolt for two padlocks. The cabinet shall be hot - dipped galvanized after fabrication. C. Service The Contractor shall apply for service in the - 55 - 0 • name of the City to the Southern California Edison Company for installation of the meter. The Contractor shall provide the meter socket, the conduit stub, and pay all service and cable charges required by the Edison Company. The meter socket shall be single phase, 125 amp., and conform to the Edison Company requirements. Five 15 amp. circuit breakers shall be installed in the electrical cabinet. The tunnel lighting circuit, irrigation controller, water level transmitter and area lighting circuit shall be connected to separate circuit breakers. D. Conduit Exposed conduit shall be rigid steel conforming to the requirements of Section 209 -1 -3 of the Standard Specifications. Buried conduit shall be PVC Schedule 40 conforming to NEMA Standard TC -2 and shall be U.L. listed. E. Electrical Fixtures Three lights shall be installed along the roof of the tunnel as shown on the drawings. The fixtures shall be incandescent, vaporproof, ceiling mounted with clear globe and screw guard, 200 watt Crouse -Hinds No. V22009. An outdoor type toggle switch shall be installed in the lighting circuit immediately inside of the access hatch. The switch shall be Standard Grade "T" rated, 20 amps, 125 volts, Crouse -Hinds DS128. - 56 - 0 0 The convenience outlet shall be three -pole, polarized, twist -lock type with grounded pole, rated 15 amperes, 125 volts, and shall be equipped.with cover plate and "FS" box, Hubbell No. 7580G. - 57 - 1 XXV. Valves ' All gate valves shall conform to Section 207 -14 of the Standard Specifications, with flanged ends and hand wheels. ' The flanges be faced drilled to shall and conform with ANSI ' B 16.1 Class 125. The valve stem extension on the reservoir outlet ' valve is intended to provide for operation of the valve from the surface as well as inside the tunnel. The extension ' shall be plumbed true vertically and located in the center ' of the shaft. The hole for the extension shaft shall be located. ' and cored through the roof of the tunnel after the valve is installed in its final position to insure that it is ' directly over the center of the valve. The shaft shall be securely attached to the roof of the tunnel so that it does ' not shift during backfilling. The shaft shall be asbestos ' cement pipe, Class 100. Joints shall be sealed to prevent ground water leakage. ' The extension shall be bolted to the valve stem in such a manner that it can be detached for valve removal or maintenance. - 58 - 1 1 • • XXVI. Access Hatches The reservoir access hatch shall be a roof scuttle, aluminum, Bilco Type S -50. The access tunnel hatch shall be a double leaf door, aluminum, Bilco Type JD -4AL. The hatches shall be fastened to the concrete curbs in accordance with the manufacturer's instructions. - 59 - 1 i 1 1 7 '1 1 1 1 1 1 1 1 1 0 0 XXVII. Access Lac38ers The reservoir access ladder shall be fabricated of steel to the dimensions shown on the plans. The ladder shall be hot -dip galvanized after fabrication. To facilitate handling, the ladder may be fabricated in sections and field bolted. The bolted splice shall be approved by the Engineer. All miscellaneous metal fittings, brackets and bolts shall be galvanized. The portable ladder for the access tunnel shall be steel hot -dip galvanized after fabrication, Alhambra Foundry A -3380. ,No- 9 0 XXVIII. Air Vent The air vent shall be constructed as shown on the drawings. All fabricated steel shall be hot -dip galvanized after fabrication. The fiberglass filters shall be standard commercial filters conforming to the dimensions shown on the drawings. * * * * * * * * * * * - 61 - 0 0 XXIX. Dampproofing Membrane A dampproofing membrane shall be applied to the exterior surface of the reservoir roof slab. The membrane shall consist of a primer and 3 layers of asphalt alternated with 2 layers of glass fiber fabric. The primer shall be Johns - Manville unfibered asphalt emulsion diluted with not more than 20% water. Asphalt shall be Johns - Manville unfibered asphalt emulsion. The glass fabric shall be Johns - Manville Duramesh, Type 931. The dampproofing shall be applied in accordance with Johns - Manville Specification DP -1. Earth backfill shall be placed over the dampproofed surface in such a manner that the membrane is not damaged. - 62 - 6 0 ' XXX. Impermeable Membrane i ✓A. General Requirements I The work covered by this Section consists of ' installing a polyvinyl chloride (PVC) plastic membrane covered with a layer of sand beneath the reservoir together with an underdrain system as shown on the drawings. 1 finished surface shall not vary more than 0.05 feet from the - 63 - B. Special Requirements Previous Experience of the Contractor: The ' membrane Contractor shall have demonstrated his ability to do this work by having previously successfully installed in hydraulic structures such as reservoirs and lakes a ' minimum of one million square feet of PVC plastic linings. /. Earthwork tThe earthwork necessary to prepare the subgrade below the membrane shall be done in accordance with the requirements of Section XI. The excavated material may be ' stockpiled and used for reservoir backfill. ✓D. Sand Blanket ' The material for the sand blanket shall conform to Section 200 -1.5 of the Standard Specific4tions with a minimum sand equivalent of 50. The sand shall be placed on the completed subgrade and compacted to 95% density. The 1 finished surface shall not vary more than 0.05 feet from the - 63 - 0 0 indicated grades and shall be maintained in a uniform and smooth condition during the placing of the PVC membrane. E. PVC Plastic Membrane Material 1. Description of PVC Plastic Materials: The PVC plastic material shall consist of widths of.calendered polyvinyl chloride sheeting fabricated into large sections by means of special factory- bonded seams into the minimum number of large sections required to fit the reservoir. It shall be as manufactured by Staff Industries, Inc., Upper Montclair, New Jersey, or approved equal. All PVC plastic materials shall be delivered to the job site in original sealed containers with the brand and name of the manufacturer clearly identified. a. Material Composition. The PVC material shall be manufactured from domestic virgin polyvinyl chloride resin and suitably compounded of high quality ingredients to produce a flexible, durable, water - tight product. Addition of all formula ingre- dients in the mix stage shall be such as to insure complete dispersion throughout the compound prior to calendering. The calendered material shall be produced in a standard minimum width of 54 inches and shall be uniform in color, thickness, size and surface texture. Thickness shall be 20 mils as shown on the drawings. - 64 - A • • b. Material Physical Characteristics. ' The PVC plastic material shall be certi- fied in writing by the manufacturer to have the following minimum physical characteristics: '1 Il 1 1 11 11 1 Test Typical Test Test Values Method 1. Thickness Specified ± 10% 2. Specific Gravity 1.24 - 1.30 3. Tensile Strength, psi, min. 2200 4. Elongation, 8 min. 3008 5. 100% Modulus, psi 1000 - 1600 6. Elmendorfer Tear,gms /mil,min. 160 7. Graves Tear, lbs /in.,min. 270 8. Water Extraction, % max. 0.35 9. Volatility, % max. 0.7 10. Impact Cold Crack OF. -20 11. Dimensional Stability, max. 8 (100oC -15 min) 5 12. Shore Durameter, "A" 65 - 75 13. Outdoor Exposure, sun hrs. 1500 14. Bonded Seam Strength 8 of Tensile, min. 80% 15. Pinholes /10 sq. yds. max. 1 16. Resistance to Burial 17. Alkali Resistances 18. Color ASTM D882 -B ASTM D882 -B ASTM D882 -B ASTM 689 ASTM D1004 AST14 D1239 ASTM D1203 ASTM 1790 ASTM D676 Meets USBR Test (specially formu- lated for resistance to micro - biological attack) Passes Corps of Eng. CRD- 572 -61 Black or Gray C. Factory Fabrication. Individual widths of PVC plastic material shall be factory fabricated into large sections by solvent or electronic bonding into the minimum number of pieces required - 65 - 0 0 to fit the subgrade using a minimum joint width of � inch. After fabrication, the sections shall be accordion- folded in both directions and packaged for minimum handling in the field. Wooden boxes for packaging shall be used for all sections which weigh over 1,000 pounds to prevent damage to sheeting during shipment. d. Adhesive. All PVC -to -PVC adhesives shall be of a type or types recommended by the manufacturer for use with their material. F. Installation of PVC Plastic Membrane 17 General: The PVC plastic sections shall be installed on the prepared surfaces of the bottom and slopes of the subgrade in such a manner as to assure minimum handling. The sections shall be of such lengths and widths and shall be placed in a manner to reduce jointing to a minimum. Any portion of the sections damaged during installation by any cause shall be removed or repaired by using an additional piece.of material as specified under Paragraph F.l.b. a. Field Lap Joints. Lap joints shall be used to seal factory - fabricated pieces of PVC plastic sections together in the field. '1 Lap joints shall be formed by lapping the edges of the pieces ' a minimum of two (2) inches. The contact surfaces of the pieces shall be wiped clean to remove all dirt, dust, moisture, 1 or other foreign materials. Sufficient cold - applied PVC -to -PVC adhesive shall be applied to both contact surfaces in the joint area and the two surfaces pressed together immediately. Any 1 wrinkles shall be smoothed 'out. After the initial seal of the lap joint has been made, any free edges of the PVC plastic 1 sections shall be resealed using adhesive to insure a completely ' watertight joint. b. Repairs to PVC Plastic Sheeting. ' Any necessary repairs to the PVC plastic sheeting shall be made using a sufficient size piece of the 1 PVC PVC -to -PVC Method plastic sheeting and adhesive. of ' application shall be as specified under Paragraph F.l.a. G. Vitrified Clay Underdrain Pipe 1 1. Material The 4" underdrain pipe shall be perforated flat bell extra strength vitrified clay conforming to ASTM 1 C -211. The flat bells shall have integrally formed lugs to provide for positive placement of perforations. The 6" 1 underdrain pipe shall be extra strength non - perforated vitri- fied clay with plastic compression joints conforming to 1 - 67 - 1 1 1 ' Section 207 -8 of the Standard Specifications. ' 2. Installation Underdrain pipe shall be laid to the ' lines and grades indicated in accordance with the applicable portions of Section 306 of the Standard Specifications. The flat bell perforated pipe shall be laid directly on the PVC ' membrane. The non - perforated pipe shall be bedded as required in the Standard Specifications. ' H. Permeable Material Permeable material for use in backfilling over the perforated underdrain and PVC membrane shall consist of ' hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious ' substances. ' The percentage composition by weight of permeable material in place shall conform to the following grading when ' determined by Test Method No. Calif. 202. Sieve Sizes Percentage Passing 'ill 100 3/4" 90 -100 3/8" 40 -100 ' No. 4 2,5 -40 No. 8 18 -23 No. 30 5 -15 No. 50 0 -7 ' No. 200 0 -3 1 1 1 I 1 1 0 • When tested in accordance with Test Method No. Calif. 229, the permeable material shall have a durability index of not less than 40. The permeable material shall be placed over the underdrains and the PVC membrane and compacted to 95% density. Extreme care shall be taken during placement and compaction to prevent damage to the PVC membrane. i' i I IU ' XXXI. Irrigation System A. Scone ' The Contractor shall perform all irrigation work as indicated and specified, complete. 1 S. General Conditions ' All scaled dimensions are approximate. The Contractor shall check and verify all site dimensions and re- ceive Engineer's approval prior to proceeding with work under this Section. The Contractor shall coordinate installation ' of all sprinkler materials, including pipe, so there shall be no interference existing with, or difficulty in planting trees, ' shrubs, planting, or utilities and other constructions. The Contractor shall keep the premises clean 1 and free of excess equipment, materials and rubbish incidental to work. 1 11 1 .1 1 The Contractor shall protect work and work of others at all times in performance of work. The Contractor shall carefully note all finished grades before commencing work. He shall restore any finished grade changed during course of this work to original contours. C. Materials - 70 - Iassemblies) in such a manner as to conform with details per plans. 1 Install NO multiple assemblies on plastic lines. ' Provide each assembly with its own outlet. Install all assemblies specified herein in accor- dance with respective detail. In absence of detail drawings or specifications pertaining to specific items required to complete ' work, perform such work in accordance with best standard practice ' with prior approval of engineer. 3. Line Clearance: All lines shall have a ' minimum clearance of 6" from each other, and from lines of other trades. Parallel lines shall not be installed directly over ' one another. ' 4. Trenching: Dig trenches straight and sup- port pipe continuously on bottom of ditch. Lay pipe to an even ' grade. Follow layout indicated on drawings. Provide minimum cover of 12" for all non - pressure lines. Provide minimum cover ' of 18" for all pressure lines. ' 5. Thrust Blocks: Provide pouted concrete thrust blocks at each horizontal and vertical change of direction ' on all pressure lines. (see detail) 6. Backfilling: Compact backfill for trench- ' �l - 71 - 1 ' 1. Pipe Lines and Fittings: Pressure supply lines shall be PVC 2110P Schedule 40, Type II, Grade I NSF approved. Non - pressure lines shall be PVC 1220 ' class 200, Type I, Grade Il NSF approved. All solvent shall be approved by manufac- tirer of pipe and fittings. ' Plastic fittings shall be Ring Tite PVC, Type I, IPS Schedule 40, NSF approved on all pressure lines, tor PVC, Type I - II IPS Schedule 40, NSF approved on all non - ' pressure lines. Couplings shall be made from extruded stock, reamed with a taper. All plastic fittings shall be a molded ' type fitting. ' 2. Remote Control Valve: Shall be Rain Bird "E" Series. Install as per detail. ' 3. Quick Couplers Valves: Shall be Rain Bird #33. Install as per detail. ' 4. Pressure Vacuum Breaker shall be S.M.R. Install as per detail . 1 S. Control Wiring: ' Use direct burial wire AWG -UF type. Wiring ' - 72 - 1 ' shall occupy the same trench and shall be installed along the same route as the pressure supply lines wherever possible. where more ' than one wire is placed in a trench, the wiring shall be taped together at intervals of 15 feet. All splices shall be soldered, coated with General Bakelite Cement (or approved equal). An expansion curl should be provided within 3 feet of each wire length on runs more than 100 feet in length. Expansion curls shall be formed by wrapping at least 5 turns of wire around a one or more inch diameter pipe, then withdrawing the pipe. 6. Automatic Controllers: ;hall be Rain Bird Controllers, 120 V, 60 cycle, A.C.,,pedestal mounted as per detail. 7. Irrigation Heads: Shall be type and perfor- mance as noted on Legend. Install as per detail. D. Installation Procedures 1, water Supply: Install irrigation system to point of connection at approximate locations shown on drawings. Contractor will be responsible for minor changes caused by actual site conditions. 2. Assemblies: Routing of pressure supply lines as indicated on drawings is diagrammatic. Install lines (and various - 73 - ' ing to dry density equal to adjacent undisturbed soil, and con- form with adjacent grades without dips, sunken areas, humps, or ' other irregularities. Place a minimum of 6" of clean soil, free of debris, rock, etc. under and over lines for initial backfill on all pressure supply lines. Place initial backfill on all ' non - pressure lines of a fine granular material with no foreign matter larger than 1/2" in size. ' 7. Testing: Test all pressure lines under hydrostatic pressure of 125 lbs per sq in, and test all non- ' pressure lines under existing static pressures and prove both ' watertight. Sustain pressures in lines for not less than 4 hours. If leaks develop, replace joints and repeat test until ' entire system is proven watertight. Tests shall be observed and approved by Engineer prior to backfilling. Upon completion of ' each phase of work, test entire system and adjust to meet site ' requirements. S. Electrical: The Contractor shall be re- . sponsible for making electrical connections for the automatic controller. 9. System Check: Completely check and ad- ' just entire system and make any repairs that are necessare to complete this work. Notify Engineer in writing upon completion ' of this work. ' - 74 - 10. Inspection of Work: Installation and operations must be approved by ingineer, as specified. 11. Record Drawings: Contractor shall pro- vide a reproducable drawing of exact locations of following items, drafted in neat and legible form: Connections to existing water lines and backflow units; gate valves; routing of sprinkler lines; sprinkler control valves; routing of control wire. E. Equipment Contractor shall supply and deliver to the Engineer the following equipment and information: 2 coupler valve keys with hose swivel ell; 2 sets of various special wrenches or tools that may be required for adjustment of sprinkler heads or equipment; 1 set of operating manuals, for each piece of equipment having same. F. Guarantee The entire sprinkler system shall be guaranteed in writing by the contractor as to material and workmanship, in- cluding settling of backfilled areas below grade for a period of one year following the date of acceptance by City Council. Should any operational difficulties in connection with the sprinkler system develop within the specified guarantee period, which in the opinion of the Owner may be due to inferior material and /or workmanship, said difficulties shall be immediately corrected by the contractor to the satisfaction of the Owner at no additional cost. - 75 - •FORM OF GUARANTEE • When requirea by the specifications, written guarantees shall be in the form of the following guarantee, on the sub - contractor's, contractor's or materials supplier's own letterhead: "GUARANTEE FOR we hereby guarantee that which we have installed in have been done in accordance with the drawings and specifications and that the work as installed will fulfill the requirements included in the specifications. We agree to repair or replace any or all of our work, together with any other adjacent work Which may be displaced by so doing, that may prove to be defective in its workmanship or material within a period of years from date of acceptance of the above mentioned structures by owner, ordinary wear and tear and unusual abuse or neglect excepted. In the event of our failure to comply with the above mentioned conditions within a reasonable period of time, as determined by the owner, after being notified in writing by the owner, we, collectively or separately, do hereby authorize the owner to proceed to have said defects repaired and made good at our expense, and we will honor and pay the costs and charges therefor upon aemand." Signed (Gen. Contractor or Sub - Contractor) Counter- signed General Contractor if for Sub - Contractor) Local representative to be contacted for service Name Address Phone No. - 76 - XXXII. Landscape Planting_ A. Scope ' Perform all grading and soil preparation, planting and maintenance as indicated and specified, complete. B. Grading Install grades as indicated on drawings. All grades shall be finished to within plus or minus 1 /10 foot. Soil compaction in planting areas shall not be greater than 90 %, and not less than 80 %. C. Soil Preparation 1. Materials: Organic amendment - derived from wood or bark, granular in nature, stabilized with nitrogen and fortified with minerals, and having the following properties: Particle size - mi.n. 95% passing 4 mesh screen; min. 80% passing 8 mesh screen. Nitrogen content - 0.5% based on dry weight for red- wood sawdust. 0.7% based on dry weight for fir sawdust. 1.0% based on dry weight for fir or pine bark. NOTE: Pine sawdust is not acceptable. Salinity - maximum conductivity 3.5 millim- hos/cm Q 25 degrees C., as measured by saturation extract con- ductivity. Organic content - idin. 90% by weight. 2. Fertilizer: or equal. Commercial fertilizer - 6- 20 -20, Best Co., - 77 - 3. Approved Imported Soil.: Approved non - saline soil on top 18". Sandy loam, free of toxic minerals, clay and clay lumps; testing - maximum conductivity 3.5 millimhos /cm at 25 degrees C., as measured by saturation extract conductivity. D. Soil Preparation Procedure 1. For trees and shrubs the following prepared soil mix shall be used for backfill in tree pits: Quantities per Percent by _Cu yd of Mix Volume Soil (Excavated) 6.25 cu ft 251 Organic Amendment 6.25 cu ft 25 Imported, non - saline soil 13.5 cu ft 50 Plus: 5 lbs of commercial fertilizer 6/20/20 E. Preparation of Landscape Areas All planting areas are to be graded. Uniformly apply 20 lbs commercial fertilizer 6 -20 -20 and 6 cu yds organic amendment to all planting areas per each 1,000 sq ft, and work into soil by cultivating, spading or rototilling to a depth of at least 3 to 6 ", and finish grades to smooth finish 1 inch below adjacent paving or curbs, and remove all rubble, rubbish and weeds from site. �L� I 0 0 Y. Samples and Compliance 'testing Designated testing or raw materials used and final mixes shall be performed by a soils laboratory selected and paid for by the owner. In the event of noncompliance, Con- tractor shall make necessary corrections by additional submittals or by adding, properly admixing, or otherwise, adjusting backfill mixes in the manner to be specified by the Engineer with subsequent conformance tests to be carried out at the expense of the Contractor until conformance has been attained. The following samples of materials shall be supplied to the designated laboratory by the Contractor at the commencement of work: organic amendment, wood residual: submit 1 cu ft for each kind approved, and for each 70 cu yds delivered to the site; organic amendment, manure: sub- mit 1 cu ft loose measure, taken directly from a newly opened bale; import soil: obtain representative sample of proposed import soil and submit 1 cu ft loose volume. Each sample shall be placed in a sturdy con- tainer, properly labeled and dated. Materials will be tested upon receipt with report of results to be supplied to the Engineer and Contractor. G. Statement of Confirmation Contractor shall submit statements of confirmation of compliance with specifications, and suppliers' invoices of fer- tilizer, soil amendments, imported soil and /or volume for each de- - 79 - i '1 1 livery on site and portion of project where it will be used the day of delivery. 1 H «, Planting 1. Plant Materials - Quality and size of 1 plants shall be as approved, fresh, vigorous, of normal growth, 1 free of diseases, insects, insect eggs and larvae. Sizes of plants shall be as stated on plans. No root bound or under- ' 1 sized materials will be acceptable. Plants shall be subject to i inspection and approval or rejection, at place of growth and on 1 project site at any time before or during progress of work, for 1 size, variety, condition, latest defects and injuries. Remove re- i jected plants from site'.immediately and replace at Contractor's 1 expense with plants approved by Engineer. Protect all plants from damaging sun and wind. 1 Damage may be cause for rejection even after initial approval. Sub- stitutes will not be permitted unless specifically approved in writ- ing. 1 Nomenclature shall conform to customary nursery usage. Quantities shall be dictated by need. Provide 1 materials as needed to complete indicated work whether correctly estimated on drawings or not. 1 2. Staking and Guying Materials - Stakes: 1 dimensions shown, of redwood and uniform size, pointed at one II �� - SO - ,1 is 1 end ( see detail for wood type for pole). Hose and Wire Ties: tfor covering wire, 2 -ply, 1/2" diameter, reinforced rubber, or ' approved plastic, new, garden hose type. wires to be pliable zinc- coated iron of number 16 gage. Anchors: (deadmen) for hold- ' ing guys, 2x4" solid lumber, 3" long redwood. Stake or guy as per detail. 3. Seed Material: blend 80% Alta Fescue and 20% Meadow Fescue. 90% germination, 95% purity. I. Planting Procedures Stake plant locations or place approved quan- tities of plants in containers on locations, if approved and when directed, and obtain approval before excavating pits, making necessary adjustments, as directed. Plant materials as soon as site is available and weather conditions are suitable, as approved and directed. Do not plant when weather conditions are unfavorable to good work, or if soil is excessively wet. Excavate pits with vertical sides for specimen trees 24" greater than root ball. The center bottom of pit to be 6" greater than root ball, and perimeter to be 12" - 18" greater. Do not excavate within 6" of any paved area, to permit handling and Planting without injury to balls of earth or roots, and of such depth that, when planted, crown of plant bears same relation to finish grades that it did to soil surfaces in place of growth. - 81 - • Plant pits no smaller than the following sizes: 1 gallon plants - 18" deep, 18" in diameter 5 gallon plants - 24" deep, 24" in diameter 15 gallon plants - 30" deep, 30" in diameter Scarify bottom of pits and dust with sufficient gypsum to cover. Set plants in center of pits, in vertical position so that crown of plant is level with finished grade after allowing for watering and settling of soil, and backfill with prepared plant- ing mix as indicated. Form shallow basin around edge of plant ball by de- pressing soil slightly below finished grade. Form basin rims. Keep basin within outer edges of plant ball. Grade areas around plants to finish grades and dispose of excess soil. Stake trees designated to be staked, as per detail, with stake or stakes on windward side of tree. Guy trees designated to be guyed, as per detail. Apply.Bandini Weed Preventer 10 -6 -4 to all areas of ground cover, shrubs and trees, but not on lawn areas, at the rate of 20 lbs per 1,000 sq ft. The preventer shall be applied in one of 3 methods by choice of applicator: hand Cyclone spreader, wide open at a moderate walk; wheel Cyclone, hand propelled at No. 6h setting in small areas inaccessible for mechanical applicators; hand applied by spreading a 1 lb coffee can of material containing 2 lbs per 100 sq ft. Following application the granules of the Weed Preventer must be washed off plant foliages by hand with a light - 82 - ' spray of water, so as not to displace the application with a strong force. ' 1. Inspection: Required at end of construction period to establish time for beginning of maintenance period. Notify the Engineer at least 7 days in advance of required inspection. ' 2. Ground Cover Installation: Plant ground covers in designated areas. ' Plant rooted cuttings and divisions from flats into moist soil and in neat, straight rows parallel to the nearest paving or header at ' intervals as specified on plans. Smooth soil about plants and leave ' areas in neat and clean condition. Do not pile soil around crown of any plants. Hand water ground twice a week carefully and individually water making sure that soil is settled sure, also, not to wash soil or plants. shall elapse from the time ground cover watered. Ground cover plants on slopes cover plants at once, and with slow, soft stream of around the roots, but making Not more than one hour is planted until it is shall have half cup -like arrangement for holding water. Ground cover plants shall not be allowed to dry out before or while being planted. 3. Lawn Installation: Plant lawn in the areas indicated on plans. Finish grades, filling as needed or removing surplus dirt and floating areas to a smooth, uniform grade as directed and approved. All lawn areas shall slope to drain. - 83 - I; I❑ All areas shall have a smooth and continual grade between existing or fixed controls (such as walks, curbs, ' catch basins, elevations at steps or buildings). Roll, scarify, rake and level as necessary to obtain true, even surface. All finish grades shall meet approval of the Engineer before seeding. Sow grass seed, Alta Fescue and Meadow Fescue, ' at the rate of 12 lbs. of seed to each 1,000 sq £t of lawn area. tDistribute seed evenly and uniformly. Rake lightly to 1/4" of depth without displacing seed and mulch with approved steer manure ' at the rate of 3/4 cu. yd. per each 1,000 sq.ft. Roll with suitably weighted roller. Water with a fine spray. Keep surfaces of seeded area damp until germination of seed, but do not flood with excess water. J. Maintenance Maintenance shall begin immediately after each plant and each portion of lawn is planted, and shall continue after inspection and acceptance for maintenance for at least 30 days, and as much longer after as necessary to establish acceptable lawns and thriving plants, as approved and accepted by the Engineer. 1. Watering: A sprinkler system is provided for maintaining general moisture requirements. Hand watering of newly planted trees, and shrubs will, however, be required once every week for three weeks, or as weather conditions require. Use hose bib connections to hand water container planting. - 84 - II 1 Conservation: 0 0 2. Cultivation, [needing, Aeration, Water ' After a_ y period of more or less continuous watering, during which soil moisture is maintained at near satur- ation point, cultivate all areas by scarifying the surface 1" by ' means of potato hooks, hoes or rakes. Scarify completely between all planting except turf areas. Do not change grade, remove basins ' or berms in the process of such cultivation. Follow the cultivating by three days of non - irrigating, assuring the killing off of weeds, aeration and water conservation. Repeat cycles of irrigation and ' cultivation as needed to maintain all plantings in thriving and weed free condition. Remove basins of shrubs and ground covers during ' the last cultivation prior to acceptance and after approval by the Engineer. 3. Pruning: Unless otherwise directed, prune only to remove dead or broken branches of tree or shrub parts. 4. Spraying: Examine frequently, but at least once a week, all plants, especially any which are subject to common insect depredation such as aphids, mealy bugs, ants, etc., to es- tablish need for counter measures. Spray or dust - immediately as required for adequate control of any diseases, fungi, insects, etc., and as directed by the Engineer. 5. Maintain Trees and Shrubs: Maintain trees and shrubs in a vigorous, thriving condition by watering, cultivating, pruning, spraying, 0 0 fertilizing and other necessary operations. Replace any plant indicating weakness or probability of dying. Replace all tree stakes, guy wires or other tree supports that have been damaged or otherwise fail in their purpose. Keep all shrub areas free from noxious weeds and patches of Bermuda grass. Perform com- plete weed eradication at least once a week. Provide at least one experienced, capable groundsman, and additional labor deemed ne- cessary by the Engineer, to keep said areas maintained as specified. 6. Maintain Ground Cover: Maintain ground cover areas by watering, weeding, replanting and other necessary operations. Keep them free from all weeds, and remove all roots and stolons to eliminate them from the areas and to leave them in clean and acceptable condition by the end of the maintenance period. 7. Protect Lawn and all Planting: Protect grass and all planting against damage, including erosion, rodents, and trespass, and provide proper safe- guards as needed. Place stakes and twine barriers (visible day or night) around all planted areas, repair daily, and leave in place following acceptance of the work. Install twine barrier'in a straight, neat manner. Repair damage to the work made by pedestrians, animals, vehicular traffic, or any other cause until acceptance. 8. Apply Commercial Fertilizer: Fertilize all areas 25 days after the be- ginning of maintenance and apply a commercial fertilizer 16 -6 -8 at MERF-W i 0 the rate of 5 lbs, per 1,000 sq. ft. The Contractor shall re- cognize the responsibility for uniform application to dry turf and foliage, followed by a thorough irrigation (minimum of 1/2" of pre- cipitation) to avoid burn. Improper use of fertilizer resulting in damage to plants is the Contractor's responsibility, and any damage resulting must be corrected. K. Inspection Final inspection of lawns and planting will be made at the conclusion of the maintenance period. Submit written notice to the Engineer requesting same at least 7 days before an- ticipated date. L. Guarantees All trees shall be guaranteed in writing to live in a healthy condition for one year after planting. Dead or unhealthy trees shall be replaced immediately. All trees re- placed shall meet the same specifications as the original plants. Such replacements, including planting, staking, training, etc., shall be as originally specified, without cost to the Owner. - 87 - i �a� 0 Quan- PLANT LIST tity Item Size 3 Erythrina humeana, 9 -101, low- branching, Guy 24" Box 3 Erythrina caffra, low branching Guy 48" box 18 Eucalyptus citriodora i 5 gallon 19 Acacia latifolia 10' O.C. 1 i 20 Bougainvillea "Barbara Karst" 10' O.C. 1 96 Echium fastuosum 4' o.c. 1 59 Hemerocallis "Evergreen Yellow" 3' o.c. 1 72 Plumbago capensis 3' o.c. i 1 " Lonicera japonica Halliana 12" o.c. i flats .' Vinca major 12" o.c. " Zoysia tenuifolia 8" o.c. " Artotheca calendula 12" o.c. " j i I - 88 - I I