HomeMy WebLinkAboutC-2568 - Balboa Boulevard Widening From 32nd Street to 44th StreetCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
December 23, 1987
Silveri & Le Bouef, JV
1404 -C S. Ritchey
Santa Ana, CA 92705 < .•<,:::.
Subject: Surety: Hartford Accident and Indemnity Company
Bonds No. 5069068
Contract No.: C -2568
.Project: Balboa Boulevard Widening from 32nd Street
to 44th Street
The City Council of Newport Beach on November 23, 1987 accepted the
work of subject project and authorized the City Clerk to file a
Notice of Completion and to release the bonds 35 days after the
Notice has been recorded in accordance with applicable sections of
the Civil Code.
The Notice was recorded by the Orange County Recorder on November
30, 1987, Reference No. 87- 663947.
Sincerely ,
//
anda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
;
�
(
)
�
�
k
�
§
:
�f
.�2
my@k;
!acr
Zƒ }�;
2\«kk
ƒ
(
ƒ� ;«4
; 0
(
D
{ \
2
ozr
/;(DCr
�
CD x
&
a CD
!
�\
CL0
� .}
0
{
\
\
(D
{
0
ID
\M
k/
\ �
G
�
/
[ �
� {
/ \
� -
t ,
m
�
�
�
)
�.
k
9
n
z
2
�
Q
a.
k�
k
�OORpINA .
ppUESTED BY
13 EASE RETURN TO:
City Clerk �,. '{ e-4/ ��
City of New pt5rt Beach
3300 Newport Blvd.
Newport Beach, CA 9266;
NO COMIDERAMON
87.= 663947.
to _RTMPT RECORDING REQUM PER
-GOVERNMENT CODE 6103
884 `4
c'o
N0'1`ICF. OF IbOMPLETION
DEC Q iGA7 EXEMPT
3P IC_WQ1tKS EM
cgof
irewoort Beach.
r,h f,
RECORDED IN OFFICIAL RECORDS 1
OF ORANGE COUNTY. CALIFORNIA I
-ing PM Ev 3 0 T
7 o All Laborers and Mat �i en and to/Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on November 23, 1987
the Public Works pro'ect consisting of Balboa Boulevard Widening From 32nd Street _
To 44th Street (C -258)
on which Silveri & Le Bouef, JV 1404 -C S Ritchey. Santa ling, CA 92705
was the contractor, and Hartford Accident and Indemnity Company, 3435 Wilshire Blvd.,
was the surety, was completed. 4th Floor, Los Angeles, CA 90100
VERIFICATION
I, the undersigned, say:
CITY OF NEWPO/RT1 B/// EACH
Public Works Director
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 November 24, 1987 at Newport Beach, California.
Public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on November 23, 1987 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 November 24, 1987
City of Newport Beach, Owner
at Newport Beach, California.
,
City Clerk
gz.
CITY OF NEWPORT BOACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
November 25, 1987
County Recorder's Office
P.O. Box 238
Santa Ana, California 92702
Enclosed is the following docimnnt for recordation and return
to the above -named office:
Balboa Boulevard Widening From 32nd Street To 44th Street (C- 2568).
Sincerely, �o
Wanda E. Raggio
• /�J ��
City Clerk
3300 Newport Boulevard, Newport Beach
9
0
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF WIDENING OF BALBOA BOULEVARD FROM
32ND TO STREET TO 44TH STREET (C -2568)
RECOMMENDATIONS:
November 23, 1987
CITY COUNCIL AGENDA
ITEM NO. F -14
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
NOV 2 3 198T
a ppa _ tt
=ire :ace ,,,
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
DISCUSSION:
The contract for the construction of the subject project has been
completed to the satisfaction of the Public Works Department.
The bid price was $1,935,946.50
Amount of unit price items constructed 1,975,918.92
Amount of change orders 72,243.38
Total contract cost $2,048,162.30
The increase over the original estimate in the amount of the unit
price items constructed was primarily due to additional excavation, pavement
grinding, and base paving required to accommodate the existing half roadway
which was re -used.
Twenty -four change orders were issued:
The first, in the amount of $499.95, provided for placing the electri-
cal panel and meter inside the pipe chase at the 38th Street restroom.
The second, in the amount of $1,156.42, provided for removal of
obstructions encountered during construction of the 12 -inch water main and
rerouting of the dewatering effluent line to prevent sulphides from entering the
bay.
The third, in the amount of $820.98, provided for the addition of a
street lighting pull box and reconstruction of the traffic signal detector
stub -outs.
The fourth, in the amount of $2,256.32, provided for removal of a por-
tion of an abandoned concrete wall and steel pipes which interfered with
construction of the new street lighting conduit.
November 23, 1987 of
Subject : Acc44tanStreetthe
(C 2568),n9 of Balboa Boulevard from 32nd Street
Page 2
•The fifth, in the amount of $2,6 provided for installation of a
special air release assembly and removal of f a a portion of an abandoned concrete
wall. rovided for a
The sixth, in the amount of a credit of $2,345.54, P
change in the location of the electrical service• provided for the relocation
Tne seventh, in the amour he side streets and the
It of $17,403.34,
of six sewer manholes from in the traveled lane to
reconnection of the sewers.
The eighth, in the amount of $1,680.00 provided for the construction
of concrete collars to join the new drain pipes to the existing at four
locations. the curb
The ninth, in the amount of $3,465.71, provided for revising
moval of oil contaminated soil from the area
grades at 43rd Street and for the re
of 44th Street.
The tenth and eleventh, in the grade ofothe Storm 2drain at various
• provided for lost time and adjusting
locations due to interference with existing utilities and with a buried concrete
wall.
The twelfth, is the amount of of the .0x sting exploratory -
this n fora waternoticontractor 'seresponsibhlity)Sting
The thirteenth, in the amount of $800.07 provided for purchase of
surplus resulting deletion Of portions of the proposed drains.
This pipe t be re provided for removal of a
The fourteenth,
in the amount of $780.96. P conduit
portion of the buried concrete wall encountered in the street lighting
trench.
The fifteenth, in the amount of a credit of $2,000.00 provided for the
water mains crossing over obstructions being lessaCostlyW as had been shown on
the plans, the shallower construction being provided for additional work
The sixteenth, in the amount of $785.70 + p
reet after the City purchased the proper
at 202 44th St ty and for a larger
• manhole lid St accommodate the storm drain tide valve.
The seventeenth, in the amount of $5,709.36, provided for the tem-
porary wiring of the street lights required because of an Edison Company
detectors at the same signal; and relocation of
problem; identification of the loop detector lead -in cables at the 32nd Stree
signal; installation of new loop
the electrical service panel at the 38th Street restroom.
November 23, 1987 of Widening of Balboa Boulevard from 32nd Street
Subject. Acceptance
to 44th Street (C -2568)
Page 3 provided for installation
The eighteenth, in the amount of $1,457.02,
of a handicapped ramp at 36th and Lake Streets; the reconstruction of a broken
of the
catch basin udeck 38th S re t; remmanholedone35theStreet; and krestakingn 35t
•
Street- , j rides.
35th Street storm drain to the revised 9 provided for a delay in Bur-
The nineteenth,
in the amount of $788.61, P b City
facing the basketball courts to allow completion of the park landscaping Y
ilit of vandalism; and relocation of the pilaster forms from the
forces; removal and temporary storage of the toilet room partitions because o
the possibility
location shown on the plans. provided for major changes
The twentieth, in the amount of $3,703.04,
to the storm drain at 44th Street. rovided for a revision to
The twenty- first, in the amount of $988.24 P
the already placed a sum
curb and gutter at 43rd Street; a • revision draineatt35thdrain
junction structure at 35th Street; and construction of
Street and Marcus Avenue. provided for additional
The twenty- second, in the amount of $993.33,
surveying to determine the height of the Sound walls and for installation of a
• new sewer manhole frame and cover. provided for sand -
The twenty- third, in the amount of $15,119.19, p
cement slurry backfill of the 35th Street storm drain, the grade of which had
been raised to clear the existing sewer.
The twenty- fourth, in the amount of $5,326.22, provided for modifica-
tion of a water main to clear an existing gas main; repair of a broken water
utilities.
sevice;wook� required fortaewaterwmain connectionedue to conflicting' and addi-
tional AHFP Fund
Funds for the project were othe, City fWater hFund a(18m, the Park and
General Fund (2 %).
(32 %), the State Gas Tax Funds (44 ),
Recreation Fund (4 %), and the City
The contractor is Silveri and Le Bouef of Santa Ana.
The contract, awarded on Novemnean2orig9inal for
completion Of
within 120 days after award, resulting 12, 19the resulting in
March 24, 1days By mutual agreement it was decided to postpone the start of the
12. Completion was delayed by the extra work
work until after New Year's. The work started on anus
a revised completion date of May
and by the slow progress of the underground portions of the project due o
• ground water, oil and a maze of existing utilities both active and abandoned.
In addition, the contractor suspended operations to accommodate Easter Week.
The roadwork was as onmJuly 20, nandnthe6landscapeamaintenance periodnont September d5,
way an
Benjamin B. Nolan
Public Works Director
r_on•id
As
CM CIO
,e 1'"l
Release of -Stop Notice
C - zs19
TO: City of Newport Beach _
Constmction Lender (or party with whom Stop Notice war filcd)
P. 0. Box 1768 - Newport Beach, CA 92663
Address
You are hereby notified that the undersigned claimant releases that certain Stop Notice dated J u 1 v
31 , 1987 , in the amount of $ $9,930.00
against City of Newport Beach
as owner or public body and S i l v e r i & L e B o u e f
as prime contractor in connection with the.work of improvement known as • 35th Street
and Marcus
in the City of Newport Beach ,County of - Orange
Date
, State of California.
Nameof Claimant K Ing Pump n uPwatarin� r.nr� nratlnn
(IWM Nama)
By Athena E_ Mprhikoff
Controller
(offlcmisapactty)
Verification forPartaership or
Note Ownership
STATE OF CALIFORNIA
COUNTY OF I SS.
(Claimant or Representative)
being fast duly worn deposes and says that ha is
(Owner. Partner or Agent)
or
(FYrm Namel
named as claimant in the foregoing Haim; thet_he -has
read aid clalm and knows the contents thereof, and that the
facts therein stated are true.
x
(Sttnature of Affront)
Subscribed and worn to before me this
day of ,19—
(ftnotwe of NoAvy Pubitc)
Notary U
sump Date
COF°iES SM'M
C3 Maim-
❑G C
'tt7ilQ
O Bldg. W.
❑ GeASM W
❑ plaa ' U"
SMOCA FORM 5 (1976) r(.�.0 -C�
verinwtion for Corporation
STATE OF CALIFORNIA
COUNTY OF . } SS.
Los Angeles
Athena E. Mechikoff
(Claimant or Representative)
being rust duly worn deposes and ays that She ls
Controller
(Officio! fbpadry)
otKing Pump & Dewatering Corporation
(Exact Cbrpwvre Name)
the corporation that executed the [otegoltq ehbn; tha
makes this verTiiation on behalf of at aorpor�ffoa; lha
tech Tuted are tru. the ooataata thereof. acrd t tha
(ftwhire ofAfftoay
Subscribed acrd wpm to before me this L
dayor ��PQQ/'�•M/S6K a98.Z
'rtgllve 1JtbmryPub(rcJ
Notary
Stamp OFFICIAL SEAL
BOBBY JOE SMITH
Notary Wb!ic- Cal!fom!a
LOS ANGELES COUNTY
jVy
0
col'B SWTU
m�N ❑ or
❑ cflmen
AUG 4W STOP NOTICE Harney
mot ❑ Bldg. Dir.
NewpM Bea!h. NOTICE TO WITHHOLD TO HOLDER OF FUNDS ❑ Gen;ery Dir.
❑Pu&RDir.
❑
pl4ftinq Dir.
[3p6liCe NO
ar P'W. Dir - r
TO:_ CITY OF NEWPORT BEACH f4ther
(Name of owner, construction lender or public officer)
P. 0. Box 1768 - Newport Beach, CA 92663 HOLDER OF FUNDS.
(Address of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, 13221 A r c t i c C i r c l e
King Pump & Dewatering Corporation -Santa Fe Springs, CA 90670
(Name and address)
has furnished or has agreed to furnish Dewatering: Pumps, Pipe, Gravel & Labor
(labor, services, equipment, materials)
of the following kind D e e p w e l l Pumps
(general description of labor, services, equipment or materials)
to or for
Garcia & Sons
(name of person to or for whom furnished)
for the work improvement, located at, or known as:
35th St. & Marcus
(address, legal description, description of site or project identification)
The amount in value of the whole agreed to be done or furnished by claimant is $ 27 , 497 . 0 0
The amount in value of that already done or furnished by claimant is $ 27 , 497.00
Claimant has been paid the sum of $--11—,5 and there remains due and unpaid the sum of $ 9 •930.00
plus interest thereon at the rate of 7 per cent per annum from May 8 19_87
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
Dated:- J u l y 31 , 1987
STATE OF CALIFORNIA
COUNTY OF
Los Angeles ss.
King Pump & DewaterinQ Corporation
Name of Claimant
13221 Arctic Circlp -Santa Ee Spga 90670
Address of Claimant
***Athena E . M e C h i k o f f * * * , being duly sworn, deposes
and says: That the is the person(s) who signed the foregoing Stop Notice; that she has read the same and knows the contents thereof
to be true of heT— own knowledge, except as to any matters or things that may therein be stated on h e r information and belief and
as to those matters and things she believes them to be true,
Ki,'nkj Pump & [};9�w.altl1eriryg Corporation
Athena E. Mechikoff, Controller
Subscribed and sworn to before me
this iSt day of — Ju.c
✓ � or•�IC;f�I. �Fn�
-::•>
t3H L h1ERRITT
NOiAPy CUDL
'l - CALIFORNIA
Notary Publii AR0 "J and in and for said State , s LOS ANGELES CnUNTY
My eomm. expucs JAN 28, 1991
Thia standard foam coven moat elated 9mb[sma to the Feld lodicated. Before Too at
ph aead R Bll fa all blwb,
STOP NOTICE and make chmaea pope to Tom transaction. Cmault a lavryer Y you doubt the forma dines, for Yopr pvpoem.
WOLCOTTe FORM aPa- --Ray. 2.73 (price class 3)
JeI��•` t)
AppO
MAR CELINO DUARTE
EUS ;NESc kANAGER
ARMANDO LOPEZ
SECF.ETARV TREASURER
C =IED 1-FLm
LABORERS' INTERNATIONAL UNION OF NORTH AMERICA
Focal Union No. 652 153? EAST CHESTNUT STREET
SANTA ANA. PCALIFORjNIA 92701
A SCI (] INSURANCE (714) 562 5684
2 ^�sch 10, 2937 ,
City of'Newport Peach
Public *Works Departrrnnt
Wanda Paggio (City Clerk)
3300 Newport Poule,,ard
Ne:ct:ort Beach, California 92658
RE: BALDOA BOC=VARD WIDEN11C
Dear Ms. Reggio:
Pursuant to the California Public Rcamrdsn Act, Coves ent Code Section 6520
et sea., the undersigned re quest a copy )f the cer -if_ed payroll records
of Silveri & Le Boueflow and a'_1 of thei7, sub contractors c- the job -site
at 32nd Street to e -11th Street, Newport Lech, Califor_"a, in order to
dete=,une -if the pre;aili.,g wages have i3---an paid.
The undersigned is informed that Silveri & Le Boueflov and all of their
sub contractors have not h-=?n paying the prevailing loges required at the
above job -site.
If no certified payroll records have beea suls*.Litted, the undersigned
request that pursuant to Labor Gode Section 1776 Silveri & lie Boueflow
and all of their sub contractors be required to file a certified copy
of the payroll records maintained for this jobsite.
verb truly yours,
Marcelino Dune
Business Manager
jw
OFEIU =30
afl -cio
ti
�W 7 vy �t�n. p.v7 K^D 70 o 2.
9O p. 7 m a'V rD a G y
m m
oQ ID o
x • oym w - 0 0_ b D
'm m " rD 7 w-4 a O b(D
(D QC0 O
' o�w0 0 C :r uN w 7Q
w b ry R.
Eo POr o
. . °o m O (D
G T C o(D T y O O w. m UQ
CD
CL 10 0
IDD
CL
w 0. a
010 o
0- .< .O w 2y y y dC
° O H o? 7 o G m 7' (D !0 p 'd : ry-
7 <D m m a. < B
CL cw > °ca gwo° �000�
Pry n vy7i O ,y-, . r n H W y P.
O p 7^ M Dyi M y •� G r w w
m ^.TQ.� m o w vmwi a O 0"o n W
5Q �mc(y ooy.o<. 7G��.�
ba` �C7o ?Q. wN n7Qem
• r rn ". ^ Q a Y Wa+ s cr r W = om
w 0
CD p7 PW
?
o 7 c w -cG 1 r
w D c w"m0
ro
n
c •w. n b E G
O
CD 0
w-D% 0m mM �4a. X, (D
G
m a m p� aQ. ° r 7 x n :
<
>om0 omM C7 WT mr c0 ,y -imIo
ry ^_ Ny S 0p o m m0 mO" o 0^D S o 7 7 -
= W � N P? + p7 ~ . CD ° 0 <W N �
c0v 0. t ^ 5 O 7 n C O O
" ° .
0.0 � n ^ 7 'w... W OT 07G ° 7 O ti ry OT
N O" G w 7 pp .'� CL n In Cr 7 5. y �. ° m
7
C: 0 r n 7 ^ n m m w 7 0 o o Q. y0 a. •• w. r °» fD �, o rD fJ
`3E o 3, o r� C " E 7 V< w w 5'b _wvy wrt. ,� -'o
mO'd ��. 'D n 7 H m tv0 p,7 rn n W r... `✓ ..
S X�' p W p ;y7 rT.w"',r*J,v �w n 76. 1ro0 CL
n
N w 7c•0 Wyes.] t'o'DDm 7 n- 0, (D o `^7 w n o
Oa 7aMN�ro orow 00� ~ (DN OQ W7 C70
0 (D cp y a '� o .., a
XQ'� ^-� rar^ n 7 7 N y 7 m p y o rm Sa•0 N N
7Ty GAO y'0'07 m�v7 NTa O'=.pnm. .7. ^'O-
:No. °(( CL" ;, ya° ^�Tm°Qm:j wV 3 roo
.,, C,O "7 'w ° O m p �o m O O-< OT 'O n o w•<
C 70 y Q. N (p C7 N r p m 7 n T ii o n .., 3 n 7 C.
m Zr' CL b T (D N O 0.0 ,< m 0 O m O w
.. (D O r w O^.' °' 0 vN, C 0.•< 7 .7 '� `C 7 E
r p w �' w 7 3 m m w" n7- m r 'b + z w
d 0 cr Q• o (°D �m O y C � � < � w !D 0 � o. n ry � o-
O G m m c E -p w w 7 n E.O ("��b 70m w 7
7a-cyD al°o•I'�Tr7No�':,�Hmw'm�`,<n @�
tr y 7'cyorr Q,° o (D 7 bm Hwy rw m n
N
b rD T T� w D ^'rLm w m 200 �r DDr^0 7 0
y Q.'D w n -- O b a ... CD
d "_ y n .< _ fb 7 O
T O �' • p O' ?• PV (0 7' O." T p ! r 7- -. Lei r p 0 S' W
i y d (D M (D O y (D y T. m (D m o O (D Y y N
(D OG b n n
�',D to (7 D l . . U^y r 7 .. 1 ( Qm �W 7 w. .. X.pE „, ,, T'+ N £ S . . �w y 7 . p r n • A CJ n H p o w7O=d m o o � 0 m T N p w 7 N o G ' , � vD C C OP ( ' W .T ti O v vy7^ . ' m
� m 7 Q no m m D � A^0 . » '� r •' 3 b
• � r . b m
o oz ° r w O Q 7 R. 7 w"� O 5 � z Q0. A p.
m n W cr . (n m 0 J T .mO"O Q. 7 m O
° n a b 7 7m 7D O
O „uq ,o W m 7 am��oSc y: 0 H �L CDwHm T o
I m C
°Jm � Zr O cO^ v m o n Q Qm 0 O � o D o ;0 CD-- , n o Q p Q T b :7,m o
° O O r N L. T i w m � Q-
o W, CD Y 7 n . w m �n ^ °7G x o' m m o � cn
Ob O y 0 �y o O nQcopry ry T o O
T* ' ro U4 n 0 7 0 o 7' w” O o N
r m p . w 7 Q• y O a. OSi
. '
cwb0 R. b .mT„o5a d o m ?'� c1 7-7 m O 7 =" 0.y �'O ° aw �'wy T O.m O
0 l< G$ n o 0 0 tea° n o w o o �o c� 9 o�� ? cND �a o a�
0
n r (D n 3. " N w m W n r °" J. o'iJy n. .yw-r 0 7 '^ Q. O n G w (n m (0 CL
b w 'CJ Oa H b S� O n y w N E m Q w W 7 r m �'. p W Q. 7 'WT. N rOTr v. 'NOJ' a' ^7i T 7 m w n
y 5704 y .+::r 7'o.N n °p rn 7`w< n o a a:3,0 r a 1.0 0< m
7 7 <p 'n Q• p T E ° r N W .W- y N ti.' N O F N m w r 7 m m w. x -� W �.o •< y n �' y r
rO W `(D fD .� O rN a"(D N am 7 y W �' �. 5•F 7 �. Q.Q w 0 N'Q. w^ w y r'.t} y aK rD
O< w y 'o '. " m 7 (� N r m O o w .m. (�D ro 'W" E r Wa ~^ ,a' Xi p' 0 P.•< .. y Q. 7 w
"( o fD O y 7 con m m p '� n '� . 7 '"D r .' Q. _. C w d n O „w( 'L .y (D o p n
^ •o O "� N O1 ^ ? m rC Q.N �N'b nYO D.rD O O Q'Q. Q•0 .0 .O G T(D
N ° m o 7 ..
CD D mi H�" O m rDdo.p P.� .." °0 fn CD '�y o•''y^1.p m a•mi o m '�• `mr' p��
m N;w o'vD o':°_ or 7r» 4.y' ymRO.'"oG m °oc Q.wmm I'c�D� a.T rmioq�
° cr. w m m" S .. �^ O T C.''° O r (D C y 7 '� �, �y m 7 .m. N r O cn .n.
'O 7 <ww OC "'.'rim rbD 070��'m o r'Om E m `< nm p-w"
O (D m rD m G !D p 7 'S. w Ni < n O m (D w Q. O .
N G Yd , w m o T m m C
m mm�o oGpyp fpm yWrm ^a.m �4C3, " wnt3 momo,o.N 0 �y D
O.p m r9 �. m y N O m m aa,o n C,D 6.G w o .w 7 w O R.a
F7.. T Q b m �, w o S' - vm+ '' C m O m 0 a S �v+ `.j ^ "+ (D Tai N• N '3
b •-4 Q. Q.'o O m 7" b 7 p� 0 'r' K m .°..' O r y m w �° W n w r' ^� N F C n 3 p w
m OD �. w �. Q. Oy n (� G 'O .N-. "., ?. C 7 N b I " Gy. 7 W d. W y 7
:. G {y0o w w Tm n n N ro .� �.r .7 p-
ie'OD `t ." n (, < n `< M. o O n O O .r (0 O r m O
OQ A (D T •� .: F- r .r O (D O y '< y y Oa Q. 5
[J
G
CITAF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: December 18, 1986
SUBJECT: Contract No, C -2568
Description of Contract Balboa Boulevard
to 44th Street
4
i = .(- //'� /� �
Effective date of Contract December 17, 1986
Authorized by Minute Action, approved on November 24, 1986
Contract with Silveri & Le Bouef, JV
Address 1404 -C S. Ri
Santa Ana, CA 92705
Amount of Contract 51
(mot / � 6e, '
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
from 32nd Street
J
I
i I
I.
. •Y CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 10:00 a.m. on the 31st day of October , 1986,
at which time such bids shall be opened and read for
BALBOA BOULEVARD WIDENING FROM 32ND STREET TO 44TH STREET
Title o Project
SOON
V
2568
Contract No.
$1 445,000.00
Engineer's Estimate
Approved by the City Council
this 13 day of October 1986.
an a E. Raggio
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P. 0. Box 1768, Newport Beach; CA 92658 -8915.
For further information, call Horcr '"A at 644 -3311.
Project Manager
I
n
iJ
I
17
i
11
Li,
i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION ON
BALBOA BOULEVARD
FROM
32ND STREET
TO
44Th STREET
CONTRACT NO. 2568
AHFP NO. 1182
PROPOSAL
TO THE HONORABLE CITY COUNCIL
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, California 92663 -3884
Gentlemen:
The undersigned declares that he has carefully
work, has read the Instructions to Bidders, has
Provisions, and hereby proposes to furnish all
required to complete Contract No. 2568 in accord,
Provisions, and will take in full payment theref
the work, complete in place, to wit:
0
PR 1.1
examined the location of the
examined the Plans and Special
materials and do all the work
nce with the Plans and Special
>r the following unit price for
tem Estimated
4o. Qty. & Unit
Item Description With Lump Sum Unit
or Unit Price Written in Words Price
Total
Price
1. 1
Roadway Clearing and Grubbing,
Lump Sum
including removal and disposal
of concrete curb and gutter,
masonary block walls & foot-
ings, fences, concrete sidewalk,
miscellaneous concrete slab,
concrete pavement, signs, and the
removal and stockpiling of palm
trees and street lights as directed
by the City of Newport Beach.
Two hundred eighty -one thousand four
@ hundred Twenty -three Dollars
and
Cents
Per
Lump um
2. 1
Park - Clearing and Grubbing, (entire
Lump Sum
site) including removal and disposal
of concrete sidewalk, concrete slabs,
restroom and appurenant facilities,
fences, trees, and recreational facilites.
@ Twenty -five Thousand Dollars
and
No Cents $ 25,000.00
Per Lump Sum
x
L 7
O u n
y U •r
v utr
q roYY
r
UY C ;4-
L •r •r O
ro A V n
= r ? U a
Y
N C r Y
4- G •r •r
0.r
ro 4� - O 0 ;
q mr• ..
4 m wb U
M 'a C C
a ro E to
0 5 ro
L
41 c iv 4 --
V •r a O L
N a C V G
aoY
4- ro a
0 o Orr
N
C L L c
O A 00 O
N a C N V
r q C C
> n'r a
O E Y •r
L a ro v
n � •r o
L
S2 c > V
v a o
at > E d
4 a0a40
q a s a
L- YA
a •r N
L c L L
ro 4 a Y C C
i SUX•r 0Y
ro L L ;.r V
ro V U >4J
r L C O C
L O ro L 0
;L- ne)
I
IV
U
v
Q
N
U
F-
W
W
a
N
N
x
H
v
d'
0
F-
1-
W
W
a
V-
N
Cn
z
M
E
O
w
c9
z
z
w
q
3
0
LQ
W
J
O
m
0
m
J
m
1
PR 1.2
Item
Estimated
Item Description With Lump Sum Unit
Total
No.
Qty. & Unit
or Unit Price Written in Words Price
Price
3.
5,500
Unclassified excavation and backfill
CY
including asphalt concrete and
aggregate removal of unsuitable
material excavation and disposal
•
of surplus material.
'
@ Twenty -five Dollars
and
No $25.00
$137,500.00
_Cents
Per Cubic Yard
4.
1
Lump Surn
Guard underground construction.
@ Three Thousand Dollars
and
'
No Cents
$ 3,000.00
Per Lump Sum
5.
5,380
Construct aggregate base section
'
cons
including prime coat, complete in
place.
r
@ Eleven Dollars
and
No Cents $11.00
$ 59,180.00
Per Ton
6.
1,850
Construct asphalt concrete pavement
Tons
base course including tack coat,
complete in place.
@ Thirty -three Dollars
and
No Cents $33.00
$ 61,05.0.00
Per Ton
' 7. 2,600 Construct asphalt concrete finish
Tons course and variable thickness overlay
' including tack coat, complete in place.
@ Thirty -three Dollars
and
' No Cents $33.00 $ 85,800.00
Per Ton
8. 5,250 Install reinforced paving fabric
SY for AC overlay.
' @ One Dollars
and
Twenty -five Cents $ 1.25 $ 6.562.50
' Per Square Yard
PR 1.3
Item
Estimated
Item Description With Lump Sum Unit
Tota
No.
Qty. & Unit
or Unit Price Written in Words Price
Price
'
9.
320
Complete cold plane at locations
SY
shown on plans (0 -.20' depth, 5' width) .
@ Three Dollars
and
No Cents $ 3.00
Per Square Yard
S 960.00
10.
3,450
Construct 4" AC /4" AB (or 6" PCC)
SF
alley complete in place, including material
@ Two Dollars
and
Fiftv Cents $ 2.50
$ 8,625.00
Per Square Foot
'
11.
4,425
Construct PCC curb and gutter
LF
Type "A" (B" CF) per City of
Newport Beach Std. 182 -L.
(including 6" to 8" CF
'
transitions).
@ Nine Dollars
and
No Cents $ 9.00
$39,825.00
Per Linear Foot
12.
1,010
Construct PCC curb and gutter
LF
Type "A" (6" CF) per City of
Newport Beach STD. 182 -L.
@ Nine Dollars
and
No Cents $ 9.00
$ 9,090.00
Per Linear Foot
13.
3,250
Construct PCC curb and gutter Type
L_T_
"C" (6" CF) per City of Newport
Beach STD. 183 -L.
@ Nine Dollars
and
Nn
Per Linear Foot Cents $_29.0—
$2q,�00
14.
26,800
Construct PCC sidewalk per City of
'—
Newport Beach Std. 180 -L and as shown
on plans.
@ Two Dollars
and
No Cents $ 2.00
$53.600.00
J
I
erP— Square �oot
0 • PR 1.4
'
-Total--
Item
Estimated
Item Description With ump Sum
Unit
No.
Qty. & Unit
or Unit Price Written in Words
Price
Price
15.
3,770
Construct PCC curb access ramps,
S�
per City of Newport Beach Std. 181 -L
and as shown on Plans and Details.
@ Two Dollars
and
No Cents
$ 2.00
$ 7.540"00
Per Square Foot
16.
400
Construct PCC residential driveway
SF
approach Type II per City of Newport
Std. 165 -L.
'
@ Two Dollars
$ 2.50
$ 1.000.00
and
Fifty er S Cents
Pquare Foot
17.
10,250
Construct median island patterned
SF
PCC pavement per detail in place.
@ Three Dollars
and
Cents
$ 3.00
$3050
er Square Foot
,7.00
'
18.
3,750
Construct 6" PCC alley approach
—S—F—
per City of Newport Beach STD. 142 -L.
@ Two. Dollars
'
and
Cents
$ 2 Fn
$ 91375.00
'
er quare Foot
19.
800
Construct 6" PCC alley as shown on
SF
plans and per City of Newport Beach
'
STD. 140 -L.
@ Two Dollars
' and
Fifty Cents $ 2.50 $ 2,000.00
Per Square Foot
' 20. 4,870 Construct 6" PCC garage approach
Tr— as shown on plans.
@ Two Dollars
and
Cents $ 2.50 $12,175, 0
Per quare Foot
I ,
• •
PR 1.5
Item
No.
Estimated
Qty. & Unit
Item Description With Lump Sum Unit
or Unit Price Written in Words Price
Total
Price
21.
3,125
Construct PCC cross gutters as
'
SF
shown on plans and per City of
Newport Beach STD. 185 -L, modified
per Detail Sheet 2.
'
@ Four Dollars
and
No Cents $4.0Q
$12400-00
Per Square Foot
22.
1
Construct replacement wood fence
LS
as shown on plans and details
complete in place.
@ Two hundred fifty Dollars
'
and
No Cents
$ 250.00
Per Lump Sum
23.
1,030
Construct New Concrete Block Sound
Lr—
Walls including clearing and grubbing,
excavation, footing and backfill
complete in place (H =6' minimum).
@ Seventy Dollars
'
and
No Cents $ 7n-on
$72.inn.00
Per Linear Foot
'
24.
5
Construct soundwall gates as shown
EA
on plans and details complete in
'
place.
@ Six hundred fifty Dollars
and
No Cents $ 650.00
$.3.,25n nD
Per Each
25.
210
Construct new Concrete Block sound
'
LF
walls incluing clearing and grubbing,
excavation, footing and backfill
complete in place (H= 2.5').
@ Fifty Dollars
and
'
No Cents $ 50.00
$10,500.00
Per Linear Foot
I ,
i
• • PR 1.6
'
Item
No.
Estimated
Qty. & Unit
Item Description With Lump Sum
or Unit Price Written in Words
Unit
Price
Total
Price
LF
26.
2,125
Construct 4" PCC walkway
as shown
backfill complete in place.
SF
on plans.
@ Seventy Dollars
and
@ Two
Dollars
No Cents
$--1
$24.920.00
'
and
Per Linear Foot
—0.-0-0
29. 475
No
Cents
$ 2.00
$__4L250.00
LF"
including excavation, bedding, and
Per Square Foot
backfill, and slurry where shown on plans,
27.
1
Modify existing junction
structure
EA.
to accomodate 15" and 18"
ACP per
and
detail including removal
and disposal
Nn Cents
$ 63.00
$29,925.00
of ACP storm drain.
@ Five thousand
Dollars
30. 12
Construct 12 -inch ACP Class III
'
No
and
Cents
$5,000.00
$ 5,000.00
'
and backfill, complete in place.
Per Each
1
28. 356
Construct 15 -inch ACP Class III
LF
including excavation, bedding, and
backfill complete in place.
'
@ Seventy Dollars
and
No Cents
$--1
$24.920.00
'
Per Linear Foot
—0.-0-0
29. 475
Construct 18 -inch ACP Class III
LF"
including excavation, bedding, and
backfill, and slurry where shown on plans,
complete in place.
@ Sixty -three Dollars
and
Nn Cents
$ 63.00
$29,925.00
Per Linear Foot
30. 12
Construct 12 -inch ACP Class III
LF
including excavation, bedding,
'
and backfill, complete in place.
@ Sixty -four Dollars
and
'
No Cents
$ 64.00
$ 768.00
Per Linear Foot
1
•
•
PR 1./
33. 11
Item
No.
Estimated
Qty. & Unit
Item Description With Lump Sum
or Unit Price Written in Words
Unit
Price
Total
Price
31.
6
Construct junction structure No. 1
@ Three Thousand Three Hundretlollars
and
EA
per City of Newport Beach Std.
Per Each
1
Construct curb inlet Type "OL -A" (L =5')
EA
310 -L, complete in place.
Newport Beach Std. 305 -L with local
depression, including excavation and
backfill,complete in place.
@ Three Thousand Dollars
I
and
No Cents
$3,000.00
$18,000.00
Per Each
32.
940
Construct 24 -inch ACP Class III
LF
including excavation bedding and
backfill complete in place.
@ Seventy -Seven Dollars
and
'
No Cents
$ 77.00
$ 72,380.00
Per Linear Foot
33. 11
Construct curb inlet Type "OL" (L =7')
'
EA
per City of Newport Beach Std. 306 -1-
with local depression per STD. 304 -L
including excavation and backfill,
complete and in place.
@ Three Thousand Three Hundretlollars
and
No Cents $3,300.00 $ 36,300.00
Per Each
34. 1
Construct curb inlet Type "OL -A" (L =5')
EA
as modified per plan and per City of
Newport Beach Std. 305 -L with local
depression, including excavation and
backfill,complete in place.
@ Four Thousand Five Hundred Dollars
and
No Cents $4,500.00 $ 4,500.00
Per Each
35. 8 Construct 4" private drain through
' LF curb per City of Newport Beach
STD. 184 -L.
@ Twenty -Five Dollars
' and —
No Cents $ 25.00 $ 200.00
Per Linear foot
u
• PR 1.8
Item Estimated Item Description With Lump Sum Unit Total
No. Qty. & Unit or Unit Price Written in Words Price Price
36. 2
' EA
Construct PCC pipe anchor per plans.
@ Eight Hundred Dollars
and
No Cents $800.00
Per Each
37. 715 Construct 12 -inch DIP water main,
LF Class 51 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement
removal and replacement.
' @ One Hundred Dollars
and
No Cents $100.00
Per Linear Foot
38. 80 Construct 12 -inch ACP water main,
LF Class 200 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
r@
Fifty -Seven
Dollars
and
No
Cents $ 57.00
Per Linear Foot
39. 1,985
Construct 12 -inch ACP
water main,
LF
Class 150 with fittings
and appur-
tenances complete in
place including
bedding and backfill,
pavement removal
and replacement.
@ Fifty -Eight
Dollars
and
No
Cents $ 58.00
Per Linear foot
1 40. 40 Construct 8 -inch DIP water main,
LF Class 51 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
' and replacement.
@ Eighty-Six Dollars
and
No Cents $ 86.00
Per Linear Foot
$ 1,600.00
$ 71,500.00
$115,130,00
$ 3,440.00
1 @ Seventy Dollars
and
No Cents $ 70.00 $ 11,550.00
Per Linear Foot
' 43. 775 Construct 6 -inch ACP water main,
LF Class 150 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
i @ Fifty -Two Dollars
and
No Cents $ 52.00 $ 40,300.00
' Per Linear Foot
44. 60 Construct 4 -inch ACP water main,
' LF Class 150 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
@ Fifty -Three Dollars
and
1 No Cents $ 53.00 $ 3,180.00
Per Linear Foot
45. 5 Construct 12 -inch flanged butterfly
EA valve, complete in place.
@ One Thousand Five Hundred Dollars
' and
No Cents $ 1.500.00 $0.00
Per Each
• ,
PR 1.9
Item
Total
Estimated
Item Description With Lump Sum Unit
No.
Qty. & Unit
or Unit Price Written in Words Price
Price
41.
220
Construct 8 -inch ACP water main,
'
LF
Class 150 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
@ Fifty -Two Dollars
and
No Cents $ 52.00
$ 11,440.00
Per Linear Foot
'
42.
165
Construct 6 -inch DIP water main,
LF
Class 51 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
1 @ Seventy Dollars
and
No Cents $ 70.00 $ 11,550.00
Per Linear Foot
' 43. 775 Construct 6 -inch ACP water main,
LF Class 150 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
i @ Fifty -Two Dollars
and
No Cents $ 52.00 $ 40,300.00
' Per Linear Foot
44. 60 Construct 4 -inch ACP water main,
' LF Class 150 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
@ Fifty -Three Dollars
and
1 No Cents $ 53.00 $ 3,180.00
Per Linear Foot
45. 5 Construct 12 -inch flanged butterfly
EA valve, complete in place.
@ One Thousand Five Hundred Dollars
' and
No Cents $ 1.500.00 $0.00
Per Each
PR 1. 10
Item Estimated Item Description With Lump sum Unit Iota[
No. Qty. & Unit or Unit Price Written in Words Price Price
46. 2 Construct 8 -inch flanged butterfly
EA valve, complete in place.
@One Thousand One Hundred Dollars
and
No Cents $1,100.00 $ 2,200.00
Per Each
'
47.
1
Construct 8 -inch
flanged x RT
EA
butterfly valve,
complete in place.
@Dne Thousand One Hundred Dollars
and
No
Cents
$1,100.00
$ 1.100.00
Per Each
48.
1
Construct 8 -inch
RT butterfly
EA
valve, complete
in place.
@One Thousand One Hundred Dollars
and
No
Cents
$1_,].00.00
$ 1-100 00
'
Per Each
49.
2
EA
Construct 6 -inch
valve, complete
flanged butterfly
in place.
@Nine Hundred
Dollars
and
No
Cents
$ 900.00
$ 1.800.00
Per Each
50.
18
Construct 6 -inch
flanged x RT
EF.
butterfly valve,
complete in place.
'
@Nine Hundred
Dollars
and
No
Cents
$__,900.00
$16,20n. OD
Per Each
51.
2
Construct 6 -inch
RT butterfly
�EA
valve, complete
in place.
@Eight Hundred
Dollars
and
'
No
Cents
b_tIID_0
$ 1,600.00
Per Each
i
'
PR 1.11
Item
Estimated
Item Description With Lump Sum
Unit
ota
No.
Qty. & Unit
or Unit Price Written in Words
Price
Price
'
52.
17
Reconnect and extend existing
AE —
water services, complete in place.
@ Five hundred Dollars
and
No Cents
$
500.00
$ 8,500.00
Per Each
53.
7
Construct air and vacuum assembly,
E�
complete in place.
@ Two thousand two hundred Dollars
and
No Cents
$2,200.00
$ 15,400.00
Per Each
54.
1
Construct blow -off assembly,
Elm
complete in place.
•
@ Five thousand Dollars
and
No Cents
$5,000.00
$ 5,000,00
.
Per Each
55.
6
Construct fire hydrant, complete
'
EK'_
in place.
@ Two thousand three hundred Dollars
and
No Cents
$2,300.00
$ 13,800.00
Per Each
56.
820
Construct 8 -inch PVC sewer and
'
appurtenances, complete in place.
@ Thirty Dollars
and
No Cents
$
30.00
$ 24,600.00
Per Linear foot
'
57.
24
Remove and replace sewer (house) laterals
EA
@ Ninety -two Dollars
and
No Cents
$
92.00
$ 2,208.00
J.
Per Each
58.
10
Adjust manhole to grade per City of
�EA—
Newport Beach STD. 111 -2.
@ Three hundred Dollars
and
Cents
$
300.00
$ 3,000.00
PeN Each
I
C�
•
PR 1. 12
' 64. 21 Install Street Light Standard and
EA Luminaire, Type II including pull
boxes per City of Newport Beach STD.
201 -L, complete in place.
@ One thousand five hundred Dollars
and
No Cents $ 1,500.00 $31,500.00
Per Each
Item
No.
Estimated
Qty. & Unit
Item Description With Lump Sum
or Unit Price Written in Words
Unit
Price
Total
Price
59.
2
Install "false curb" assembly per
A
plans and Pacific Telephone STD.
@ One hundred fifty Dollars
and
No Cents
$
150.00
$ 300.00
1
Per Each
60.
15
EA
Adjust valve box to grade per City
of Newport Beach STD. 511 -L.
@ Thirty Dollars
and
'
No Cents
$
30.00
$ 450.00
Per Each
'
61.
20
Adjust water meter box to grade as
�—
shown on plans.
@ One hundred twenty -five Dollars
and
No Cents
$
125.00
$ 2,500.00
Per Each
62.
200
Construct 6" PVC sewer with cleanouts
'
LF —
per City of Newport Beach STD. 400 -L.
(Park Sewer Facility)
@ Sixty -one Dollars
'
and
No Cents
$
61.00
$12,200.00
Per Linear Foot
'
63.
100
Install 2" electrical conduit with
LF
pull boxes as shown on plans.
(Park Electrical Service)
@ Twenty Dollars
and
No Cents
$
20.00
$ 2,000.00
Per Linear Foot
' 64. 21 Install Street Light Standard and
EA Luminaire, Type II including pull
boxes per City of Newport Beach STD.
201 -L, complete in place.
@ One thousand five hundred Dollars
and
No Cents $ 1,500.00 $31,500.00
Per Each
1
i
1
'
•
PR 1.13
Item
Estimated
Item Description With Lump Sum
Unit
Total
No.
Qty. & Unit
or Unit Price Written in Words
Price
Price
65.
4,600
Install I -j inch street light conduit
Lam—
with conductors and ground, complete
in place.
@ Nine Dollars
and
No Cents $
9.00
$41,400.00
Per Linear Foot
66.
24
Install Street Lighting pull boxes
EA
as shown on plan.
@ One hundred fifty -five Dollars
and
No Cents
155.00
$ 3,720.00
Per Each
67.
1
Lump Sum
Install (2) traffic signal STD. with
flasher system and luminaire as shown
on Sheet 12 of the plan, complete in
place.
@ Eleven thousand Dollars
and
No Cents
$11,000.00
'
Per, Lump Sum
68.
1
Lump Sum
Modify existing traffic signal
detection system per plans.
@ Two thousand five hundred Dollars
~and
No Cents
$ 2,500.00
Per Lump Sum
Lump Sum
Tratfic striping and signing per
Sheet 42 of the plans, complete
in place.
@ Twelve thousand Dollars
and
No Cents
Per Lump Sum
70. 1,780 Install 4" PVC sleeves (SCH 40) as
LF show), on plans. (median island
irrigation;.
Three Dollars
and
No Cents $ On
Per Lineal Foot
$12,000,00
$ 5,340.00
I
I
jl
I
• • PR 1.14:
1 1'
item tstimatea item uescription witn Lump Z>um unit iotai
No. Qty. & Unit or Unit Price Written in Words Price Price
71. 1,780 Install 1" PVC electrical conduit
LF (SCH 40) as shown on plans (median
island irrigation).
@ One Dollars
and
No Cents $ 1.00
Per Linear Foot
72. 1
1 Lump Sum
' 73. 1
Lump Sum
I
Construct irrigation system in
roadway medians as shown on
Sheets 30 through 33.
@ Seventeen thousand Dollars
and
No Cents
Per Lump Sum
Landscape roadway medians as shown
on Sheets 35 through 37 .
@ Thirty thousand Dollars
and
No Cents
Per Lump Sum
I
$ 1,780.00
$17,000.00
$30.000.00
111 11
$10,000.00
$135,000.QO
74. 1
Lump Sum
Traffic Control and construction
phasing.
@ Fifteen Thousand Dollars
and
No Cents
Per Lump Sum
75. 1
38th Street park site grading and sub -
Lump Sum
grade preparation for paved areas as
shown on Sheet 13.
@ Tan thnntend Dollars
and
Cents
Peter Lump Sum
'
76. 1
Lumpy
Construct 38th Street park restroom
and shade structure as shown on
plans and details, complete in place.
thousand
'
@ One hundred thirty -five/ Dollars
and
No Cents
'
Pa Lump Sum
I
$ 1,780.00
$17,000.00
$30.000.00
111 11
$10,000.00
$135,000.QO
TOTAL PRICE ITEMS 1 THROUGH 78
WRITTEN IN WORDS: One Million Nine Hundred Thirty -five Thousand Nine Hundred
Forty -six Dollars an
Fifty Cents $1.935.946.50
SILVERI & LE BOUEF, JV
Bidder
DATE: October 31, 1986 S /Jerry Le Bouef, General Partner
Authorized Signature /Title
714 - 543 -1967 1404 -C S. Ritchey, Santa Ana, CA 92705
Bidder's Telephone Number Bidder's Address
484181
Contractors License No.
'
a� CA 9270L
1404 -
ontractor s ddress
ontractor s Telephone Number
• •
PR 1. 15
Item
Estimated
Item Description With Lump Sum Unit
Tota
No.
Qty. & Unit
or Unit Price Written in Words Price
Price
77.
1
Construct 38th Street park site
Lump Sum
lighting as shown on plans and
details, complete in place.
@ Twenty -seven thousand Dollars
and
No Cents
$27,000.00
Per Lump Sum
78.
1
Construct 38th Street park hard-
Lump Sum
scape including adjacent sidewalks
as shown on plans and details,
complete in place.
@ Fifty thousand Dollars
and
No Cents
$ 50,000.00
Per Lump Sum
TOTAL PRICE ITEMS 1 THROUGH 78
WRITTEN IN WORDS: One Million Nine Hundred Thirty -five Thousand Nine Hundred
Forty -six Dollars an
Fifty Cents $1.935.946.50
SILVERI & LE BOUEF, JV
Bidder
DATE: October 31, 1986 S /Jerry Le Bouef, General Partner
Authorized Signature /Title
714 - 543 -1967 1404 -C S. Ritchey, Santa Ana, CA 92705
Bidder's Telephone Number Bidder's Address
484181
Contractors License No.
'
a� CA 9270L
1404 -
ontractor s ddress
ontractor s Telephone Number
• INSTRUCTIONS TO BIDDERS •
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title of
the project and the words SEALED BID shall be clearly marked on the outside of
the envelope containing the bid.
The City of Newport Beach will not permit a substitute format for the
contract documents listed above. Bidders are advised to review their content
with bonding and legal agents prior to submission of bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
The estimated quantities indicated in the PROPOSAL are approximate, and are
' given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and figures, bid wording shall prevail over bid
figures. In the event of error in the multiplication of estimated quantity by
unit price, the correct multiplication will be computed and the bids will be
' compared with correctly multiplied totals. The City shall not be held respon-
sible for bidder errors and omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of a
corporate officer or an individual authorized by the corporation. For part-
I
I
I
i
nerships, the signatures shall be of a general partner. For sole ownership, the
signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et ,eq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the
contract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 17704981
inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
4891$ A
t=ontr's Lic. No. & Classification
Silveri & Le Bouef JV
Bidder
S /Jerry Le Bouef, General Partner
Authorized Signature /Title
Page 2
•
• Page 3
r
DESIGNATION
OF SUBCONTRACTOR(S)
The undersigned
certifies
that he has used bid(s) of the following listed
subcontractor(s)
in making
up his bid,and that the subcontractor(s) listed
will be used for
the work
for which they bid, subject to the approval of the
Engineer and in
accordance
with the applicable provisions of the Specifications.
No change of subcontractor
may be made except with the prior approval of the
Engineer and as
provided by State law.
Subcontract Work
Subcontractor Address
1. Masonry
Stewert - Tillatson
2. Fence
Goldenwest
Kato
3. L.S.
4. Restrooms
Gorham
5. Survey
Coast
6. Palm Trees
Messersmith
7. Striping
Org County
B, Elec.
Steiny
9.
10.
11.
12.
Silveri & Le Bouef JV
Bidder
S /Jerry Le Bouef, General Partner
Authorizea Signature /Title
I
I
I
LJ
• ORIGINAL SEE CITY CLERK'S F #PY
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, SILVERI & LE BOUEF JV
and HARTFORD ACCIDENT AND INDEMNITY COMPANY
Page 4
, as bidder,
as Surety, are held
and firmly bound unto the City of Newport Beach, Calfornia, in the sum of
TEN PERCENT OF THE AMOUNT BID * * * * * * * * * * * * * * * * * * * * * * * ** *Dollars ($ 10% * * * * * * * * * *) '
lawful money of the United States for the payment of which sum well and truly to
be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
FROM 32ND STREET TO 44TH STREET 2568
e
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver to said City the "Payment" and
"Faithful Performance" contract bonds described in the Specifications within ten
(10) days (not including Saturday, Sunday, and Federal holidays) from the date of
the mailing of contract documents for execution to the above bounden bidder by
and from said City, then this obligation shall become null and void; otherwise it
is and shall remain in full force and effect, and the amount specified herein
shall be forfeited to the said City.
' In the event that any bidder above named executed this bond as an individual,
it is agreed that the death of any such bidder shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 27th day
' of October 1986 .
' Silveri & Le Bouef JV
(Attach acknowledgement of Bidder
Attorney -in -Fact)
S /June Dolan S /Jerry Le Bouef, General Partner
Notary Public Authorized Signature /Title
' HARTFORD ACCIDENT AND
Commission Expires: June 4, 1990 INDEMNITY COMPANY
Surety
rBy S /Kenneth A. Coate
I
Title Attorney -in -Fact
11
• • Page 5
NON- COLLUSION AFFIDAVIT
r
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
r whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
r letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
' through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
r character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
r any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
1
rSilveri & Le Bouef JV
Bidder
' S /Jerry Le Bouef, General Partner
'Subscribed and sworn to before me Authorized Signature /Title
this 27th day of October
19 86.
My commission expires:
5 -21 -90 S /Barbara Ryan
Notary Public
i
I
' Silveri & Le Bouef JV
' Bidder
SfJerry Le Bouef, General Partner
Authorized Signature /Title
EM.
0
TECHNICAL
ABILITY
AND EXPERIENCE REFERENCES
The undersigned submits herewith
a statement of the work of similar character
to that
proposed herein which he
has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No
1986
County of Orange EMA
Dana Point Couplet
Paul Gilbert 714 RR4 7nRQ
1986
City of Signal Hill
Ch rry Avenue Street
Tmnrnye. Jim Ryrpi 213-426-7113
1986
City of Carson
Figuerna Strppt
Frp-d Thnmgpn 213-810-76
1986
City of Anaheim
RrnadwavI Rarhnr Clementine
Ralph Harp 714-999-5100
1986
City of Seal Beach
rnnr Alley Reconst
Jim COSby 212-4 21-252.7-
1986
City of Lomita
Cypress Street
Philip Idikoff 212
-22� -7110
' Silveri & Le Bouef JV
' Bidder
SfJerry Le Bouef, General Partner
Authorized Signature /Title
EM.
1 •
LJ
I
�J
N O T I C E
• Page 7
The following are contract documents which shall be completed
and executed by the successful bidder after he receives a letter of
award from the City of Newport Beach:
' PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14)
CONTRACT (pages 15 & 16)
The City of Newport Beach will not permit a substitute format for
' these contract documents. Bidders are advised to review their content
with bonding, insuring and legal agents prior to submission of bid.
' BONDING COMPANIES shall be acceptable as sureties in accordance
with the latest revision of Federal Register Circular 570.
' INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders' Rating A (or higher) and
Financial Size Category Class VIII (or larger) in accordance with the
latest edition of Best's Key Ratin Guide: Property-Casualty.
Coverages shall be provided for all TYP S OF INSURANCE checked on the
CERTIFICATE OF INSURANCE.
' All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
' Standard S ecifications for Public Works Construction (latest edition
adopted or use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
EXECUTED IN FOUR COUNT ARTS BOND N 069068 Page 8
PREMILWIL-
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
' motion adopted November 24, 19N
has awarded to Silveri A Le Bouet JV
' hereinafter designated as the "Principal ", a contract for
!<4 DUXTIOM ON BALBOA 6O11FVARO FROM 32ND STREET TO 44TH STRFFT r 956A
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
' Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
'said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, or other supplies used in, upon, for, or about the performance of the
work agreed to be done, or for any work or labor done thereon of any kind, the Surety on
'this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We SILVERI & LE BOUEF JV
tas Principal, and HARTFORD ACCIDENT AND INDEMNITY COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
ONE MILLION NINE HUNDRED THIRTY -FIVE THOUSAND
NINE HUNDRED FORTY -SIX DOLLARS AND 501100---- - - - - -- Dollars
said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the contract; for which payment well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
' and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, or other supplies,
used in, upon, for, or about the performance of the work contracted to be done, or
for any other work or labor thereon of any kind or for amounts due under the Unemploy-
ment Insurance Code with respect to such work or labor, that the Surety or Sureties
'will pay for the same, in an amount not exceeding the sum specified in the bond, and
also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed
by the Court as required by the provisions of Section 3250 of the Civil Code of the
' State of California.
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
I�
•
Payment Bond (Continued)
•
Page 9
this bond, as required by the Provisions of Sections 3247 et. seq, of the Civil Code of
the State of California.
'And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
'such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
'IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 2ND day of DECEMBER , 1986
' SILVERI & LE BOUEF JV (1 )
Name of Contractor Principal
utGL General Partner
Autho zed Si ature and Otle
I
1
Authorized Signature and Title
' HARTFORD ACCIDENT AND
INDEMNITY COMPANY (Seal)
Name of Surety
3435 WILSHIRE BOULEVARD, 4TH FLOOR
LOS ANGELES, CA 90100
Address of Surety
BY:
'
Signature and Title of Authorized Agent
KENNETH A. COATS ATTORNEY -IN -FACT
P.O. BOX 5138, RIVERSIDE, CA 92517 -5138
Address of Agent
(714) 787 -8730
elephone No, of Agent
I
1
� �� � \
} ((J\\) \
\\`�)�` � %
\ � \
M ,
CP
En Cl)
26
0
CL 0 C-D , w
0 CD
o E (D Cy
a
( � \ � �� ` �
CL
gu �\ / � \
} \ }3 (: � ' \
ƒ \ \� %\ I %
} . \ \� \�\
cr
\\
} �� . . )\
7
2 {
7 3
/ 2
..
¥
zzz^
>f9
\Im
CL
\
`) ®}
IZ
G {Iz
-0
>
\(Q
� (�Frig�
(�\
-
k
EXECUTED IN FOUR COUNT ARTS BON O. 5069068 Page 10
' PREW $19,693.00
' FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted November 24, 2486
has awarded to Silveri b Le Boue# JV
hereinafter designated as the "Principal ", a contract for
CONSTRUCTION ON BALBOA BOULEVARD FROM 32ND STREET TO 44714 STREET C -2568
' in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
' NOW, THEREFORE, We, SILVERI & LE BOUEF 3V
as Principal, and HARTFORD ACCIDENT AND INDEMNITY COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
ONE MILLION NINE HUNDRED THIRTY -FIVE THOUSAND
NINE HUNDRED FORTY -SIX DOLLARS AND 50 /100------ - - - - -- Dollars ($1,935,946.50 ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
' things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
' shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
• • Page 11
Faithful Performance Bond (Continued)
'
of any such change, extension of time, alterations
or additions to the
terms of the
contract or to the work or to the specifications.
'
Name of Surety
'
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.
KENNETH A. COATE ATTORNEY -IN -FACT
'
IN WITNESS WHEREOF, this instrument has been
duly executed by the
Principal and
Surety above named, on the 2ND day of
DECEMBER
, 19g6_•
i
u
' SILVERI & LE BOU F (Seffl }
Name of Contractor Principal)
f
BY: Part er
AuthoY42ed Sig ature and TVIe
Authorized Signature and Title
i
HARTFORD ACCIDENT
AND
INDEMNITY COMPANY (Seal }
'
Name of Surety
3435 WILSHIRE BOULEVARD, 4TH FLOOR
LOS ANGELES, CA 90100
Address of Surety
BY:
Signature and Title of Authorized Agent
KENNETH A. COATE ATTORNEY -IN -FACT
P.O. BOX 5138,_ RIVERSIDE. CA 92517 -5138
Address of Agent
(714) 787 -8730
Telephone No. of Agent
i
) \�
}§
77 $/
2 [ \}
\.
:}
(
�
} o
.
-
) §!
-
�
--
5
&{
(�w }0
.
0: =0
\E
\ /
/[®M0
f
!
'D
`:`§#
CL cl
\
k
+�)\/
,LU
s
—f \
o
\bb
&`.
)7 \ \(»!
.J
o
!D >tu»!
: =:\w/
z
a
}
`
a
\m-
�
`
`
j
0
A
®'
) \�
}§
77 $/
2 [ \}
\.
u
Q
t0
Op
O O
p�
^ `O
ti
�-
v
c
Q
c
i
c v
N L
I
LL.
m C,�
QQV
v x E v
y a?
va
s v
W O O
U
Ua; OO
C v
O y
DE
U1,
E
-r
3
3
c
C
cn
cn
O Vi
il`1 G
v z
� U
HARTF ACCIDENT AND INDEMNITOMPANY
Hanford. Connecticut
POWER OF ATTORNEY
Know all men by these Presents, That the HARTFORD ACCIDENT AND INDEMNITY COM-
PANY, a corporation duly organized under the laws of the State of Connecticut. and having its principal office in the City of
Hartford. County of Hartford. State of Connecticut, does hereby make. constitute and appoint
WILLIAM R. £RIIS, CAROL E. MUNARETTO, ROBERT B. CUMMING
and KENNETH A. COATE of RIVERSIDE, CALIFORNIA
' its true and lawful Attorney(s) -in -Fact, with full power and authority to each of said Attorneys) -m -Fact, in their separate
capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other
writings obligatory In the nature thereof on behalf of the company in its business of guaranteeing the fidelity of persons
' holding places of public or private trust: guaranteeing the performance of contracts other than insurance policies;
guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities, and
executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law alloweq.
I
iand to bind the HARTFORD ACCIDENT AND INDEMNITY COMPANY thereby as fully and .'o the same extent as if such
bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the
HARTFORD ACCIDENT AND INDEMNITY COMPANY and sealed and attested by one other of such Officers, and hereby
' ratifies and confirms all that its said Attorney(s) -in -Fact may do in pursuance hereof.
This power of attorney is granted by and under authority of the following provisions:
(1) By -Laws adopted by the Stockholders of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meeting
duly called and held on the 101h day of February, 1943.
ARTICLE IV
' SECTON 8. The President or any Vice President. acting with any Secretary or Assistant Secretary. shall have power and authority to appoint, for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. one or more Resident Vice -
Presidents. Resident Assistant Secretaries and Attorneys -m -Fact and at any time to remove any such Resident Vice - President. Resident Assistant
Secretary. or Attorney in -Fact, and revoke the power and authority given to him.
SECTION 11 Attorneys -in -Fact shall have power and authority, Subject to the terms and limitations of the power of altomery issued to them. to
execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and untlerl6kmas. and other writings
obligatory in the nature thereof. and any such instrument executed by any such Attorney -m -Fact shall be as binding upon the Company said signed by an
Executive Officer and sealed and attested by one other of such Officers.
(2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD ACCIDENT AND INDEMNITY
COMPANY duly called and held on the 11th day of June. 1976:
RESOLVED: Robert N. H. Sener. Assistant Vice- President and Thomas F. Delaney, Assistant Vice- Presil shall each have as long as he holds
t such office the same power as any Vice- President under Sections 6. 7 and 801 Atllde IV of the Bylaws of the Company.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution
adopted by the Directors of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meeting duly called and held on
the 6th day of August, 1976.
RESOLVED. That. whereas Robert N. H. Saner. Assistant Vice - President and Thomas F. Delaney. Assistant Vice - President. acting with any
Secretary or Assistant Secretary, each have the power and authority. as long as he holds such office. t0 appoint by a power of anornee, lot purposes only
' of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. one or more Resident Vee- Presidents, Assistant
Secretaries and Attorneys -m -Fact.
Now, therefore, the signatures of such Officers and the sealof the Company may be affixed to any such power of attorney at to any Car licare r elating
thereto by facsimile. and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the
Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the
future with respect to any bond or undertaking to which It is attached.
In Witness Whereof, the HARTFORD ACCIDENT AND INDEMNITY COMPANY has caused these presents to be
signed by its Assistant Vice - President. and its corporate seal to be hereto affixed, duly attested by its Secretary, this 1 sit day
of April, 1983.
Attest: HARTFORD ACCIDENT AND INDEMNITY COMPANY
: I- 44�
Miry $cold. $ Mry
' STATE OF CONNECTICUT, I Saban N. H. sect
COUNTY OF HARTFORD. I ss. Abutoslant v,[e P/es,den;
On this 1st day of April. A.D. 1983. before me personally came Robert N. H. Scher, to me known, who being by me duly
sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut: that he is the Assistant Vice-
' President of the HARTFORD ACCIDENT AND INDEMNITY COMPANY, the corporation described in and which executed
the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such
corporate seal: that it was so affixed by order of the Board of Directors of said corporation and that he signed his name
thereto by like order. 0,0
' STATE OF CONNECTICUT,) Gloria Mazolas. All Pvonc y
ss. My Commission Expires March 31. 1988
COUNTY OF HARTFORD. I CERTIFICATE
I, the undersigned. Assistant Secretary of the HARTFORD ACCIDENT AND INDEMNITY COMPANY, a Connecticut
Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in lull force and has
' not been revoked: and furthermore. that Article IV. Sections 8 and 11, of the By -Laws of the Company, and the Resolutions
of the Board of Directors. set forth In the Power of Attorney. are now in force.
Signed and sealed at the City of Hartford. Dated the 2ND day of DECEMBER 19 86
Form S- 3507 -10 Printed In U.S.A. (. David A. Johnson
— � Asai51anl 5ecreldry
560223
ity of Newport Beach
300 Newport Boulevard
Newport Beach, CA 92663
TAME AND ADDRESS OF INSURED
Silveri & Le Bouef, JV
C S. Ritchey
nta Ana, CA 92705
ERTIFICATE OF INSURANCE
Page 12
INSURANCE COMPANIES AFFORDING COVERAGES
Company A MISSION AMERICAN INSURANCE CO.
Letter
Company B
Company C
Letter
Company D
Letter
Company E
Letter
7NTs is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
�JOlt: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CAEELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the•Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
RI 'LARD A. KALE1' 14SUBA d
��� ?�c��� Agency:
Authorized Representayve
12/08/86 Telephone: (714) 550 -1044
scription of operations /locations /vehicles: All operations performed for the City of Newport
ach by or on behalf of the named insured in connection with the following designated contract:
CONSTRUCTION 11 :1� 11 ��1 •1 �1 1 �� I • •. niM • �
This certificate or verification of insurance is not an insurance policy ana Goes not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusicns and conditions of such policies, including attached endorsements.
a
Policy
LIMITS OF LIABILITY IN THOUSANDS 000
C ANY
TYPES OF INSURANCE
Policy
Exp.
g. ro uc
LETTER
COVERAGE REQUIRED
No.
Date
Each Completed
Occurrence Operation!
GENERAL LIABILITY
_
Ox Comprehensive Form
Bodily Injury
5
5
x Premises - Operations
Property Damage
$
x Explosion & Collapse Hazard
x Underground Hazard
x Products /Completed Operations
CIP
062199
8/14/87
Bodily Injury
Hazard
and Property
x Contractual Insurance
Damage Combined
$2,000
$2,000
x Broad Form Property Damage
'
x Independent Contractors
X Personal Injury
Marine
Aviation
Personal Injury
$
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
Bodily Injury
S
(Each Person
0 Owned
CIP
5
Bodily Injury
0062199
8/14/87
(Each Occurrence)
Pro erty Damage
❑x Hired
Bodily Injury and
'
❑x Non -owned
Property Damage
Combined
$1,000
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
and Property
Combined
$
5
Damage
WORKERS' COMPENSATION
Statutory
(Each
A
ad
WC
EMPLOYER'S LIABILITY 1
141794n
8/14/87
$ 100 )Accident)
�JOlt: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CAEELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the•Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
RI 'LARD A. KALE1' 14SUBA d
��� ?�c��� Agency:
Authorized Representayve
12/08/86 Telephone: (714) 550 -1044
scription of operations /locations /vehicles: All operations performed for the City of Newport
ach by or on behalf of the named insured in connection with the following designated contract:
CONSTRUCTION 11 :1� 11 ��1 •1 �1 1 �� I • •. niM • �
This certificate or verification of insurance is not an insurance policy ana Goes not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusicns and conditions of such policies, including attached endorsements.
a
' ' • • Page 13
' CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
'
It
is agreed that:
1.
With respect to such insurance as is afforded by the policy for Bodily Injury and
Property. Damage Liability, the City of Newport Beach and the County of Orange, their
'
officers and employees are additional insureds, but only with respect to liability for
damages arising out of the ownership, maintenance or use of automobiles (or autos) used
by or on behalf of the named insureds in connection with the contract designated below.
The insurance extended by this endorsement to said additional insureds does not apply to
bodily injury or property damage arising out of automobiles (1) owned by or registered
in the name of an additional insured, or (2) leased or rented by an additional insured
'
or (3) operated by an additional insured. The insurance afforded the additional named
insureds shall apply as primary insurance and no other insurance maintained by the addi-
tional insureds will be called upon to contribute with insurance provided by this
policy.
2.
The policy includes the following provision:
The insurance afforded by the policy applies separately to each insured who is seeking
coverage or against whom a claim is made or suit is brought, except with respect to the
limits of the Insurance Company's liability."
'
3.
The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multiple
'
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
_
Single
( ) Limit
Bodily Injury Liability
and
Property Damage Liability
'
1,600,000.
Combined $ each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not increase
the total liability of the Insurance Company for all damages as the result of any one
accident or occurrence in excess of the limits of liability stated in the policy as
'
applicable to Automobile Liability Insurance.
4.
Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Department.
I 5. Designated Contract: CONSTRUCTION ON BALBOA BOULEVARD FROM 32ND STREET TO 44TH STREET -C -256
(Project_ Title and Contract No.)
'This endorsement is effective 12/08/86 at 12:01 A.M. and forms a part of
Policy No. CIP 0062199
i
Named Insured SILVERI & LE YIJUEF JV
Name of Insurance Company MISSION AMERICAN INS_ CO.
Endorsement No. 1
Authorized Represntattv-
z
It is agreed that:
• CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
Page 14
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach and the County of Orange, their officers and
employees are additional insureds, but only with respect to liability arising out of
operations performed by or on behalf of the named insureds in connection with the
contract designated below or acts and omissions of the additional insureds in connection
with their general supervision of such operations. The insurance afforded said addi-
tional insureds shall apply as primary insurance and no other insurance maintained by
the additional insureds will be called upon to contribute with insurance provided by
this policy.
2. The policy includes the following provision:
' Bodily Injury Liability
and
Property Damage Liability
' Combined $_ 2,000,000. each occurrence
' The applicable limit of the Insurance Company's liability for the insurance afforded for
contractual liability shall be reduced by any amount paid as damages under this endorse-
ment in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
' in excess of the limits of liability stated in the policy as applicable to Comprehensive
General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Department.
■
7. Designated Contract: CONSTRUCTION ON BALBOA BOULEVARD FROM 32ND STREET TO 44TH STREET-C-256!
(Project (Project Title and Contract No.)
This endorsement is effective 12/08/86 at 12:01 A.M. and forms a part of
Policy No. CIP 0062199
Named Insured SILVERI & LE BOLEF JV _ Endorsement No. 2
Name of Insurance Company MISSION AMERICAN INS. CO- By
Authorized Representative_
"The insurance afforded by the policy applies separately to each. insured against whom
claim is made or suit is brought, except with respect to the
limits of the Insurance
'
Company's liability."
3.
The insurance afforded by the policy for contractual Liability
Insurance (subject to the
terms, conditions and exclusions applicable to such insurance)
includes liability
'
assumed by the named insured under the indemnification or hold
harmless provision con-
tained in the written contract, designated below, between the
named insured and the
additional City of Newport Beach, Orange County, and their officers
and employees.
' 4.
With respect to such insurance as is afforded by this policy,
the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground
property hazard
'
(commonly referred to as "XCU" hazards) are deleted.
5.
The limits of liability under this endorsement for the additional
insureds named in
paragraph 1 of this endorsement shall be the limits indicated
below for either Multiple
'
Limits or Single Limit, whichever is indicated by the letter X
in the appropriate box.
( ) Multiple limits
Bodily Injury Liability $
each occurrence
'
Property Damage Liability $
each occurrence
(X) Single Limit
' Bodily Injury Liability
and
Property Damage Liability
' Combined $_ 2,000,000. each occurrence
' The applicable limit of the Insurance Company's liability for the insurance afforded for
contractual liability shall be reduced by any amount paid as damages under this endorse-
ment in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
' in excess of the limits of liability stated in the policy as applicable to Comprehensive
General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Department.
■
7. Designated Contract: CONSTRUCTION ON BALBOA BOULEVARD FROM 32ND STREET TO 44TH STREET-C-256!
(Project (Project Title and Contract No.)
This endorsement is effective 12/08/86 at 12:01 A.M. and forms a part of
Policy No. CIP 0062199
Named Insured SILVERI & LE BOLEF JV _ Endorsement No. 2
Name of Insurance Company MISSION AMERICAN INS. CO- By
Authorized Representative_
'
•
Page 15
CONTRACT
THIS AGREEMENT, entered
into this /Ie�?�day
of��'__, 19�p,
by and between the CITY OF NEWPORT
BEACH, hereinafter
"City," and
'
Silveri &
reference
Le Bouef JV
to the following facts:
hereinafter "Contractor,
"is made with
(a) City has heretofore
advertised for bids
for the following
described
public work:
CONSTRUCTION ON BALBOA BOULEVARD
FROM 32ND
STREET TO
44TH STREET
C -2568
'
Title of Project
Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
' specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
1 CONSTRUCTION ON BALBOA BOULEVARD FROM 32ND
STREET TO 44TH STREET C -2568
Title of Project ntract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
' accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of One Million
Nine Hundred Thirt -Five Thousand Nine Hundred Forty-Six & 50/100 1 9 946_S8 )
This compensation includes 11 any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
t tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
' and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
' are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
' (b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
I
•
• Page 16
(f) Plans and Special Provisions for
CONSTRUCTION ON BALBOA BOULEVARD FROM 32ND STREET TO 44TH STRFFT 2568
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
' ATTEST:
City Clerk
APPROVED AS TO FORM:
ity At or ey
1
I
1I
1 '
CITY
Silveri & Le Bouef JV
Name of /Contractor ( ri ipa1)
Gen ral Partner
��JJactc =l�
Auttforized Signature and TdXle
Authorized Signature and Title
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET IMPROVEMENTS
BALBOA BOULEVARD
FROM
32ND STREET
TO
44TH STREET
'
CONTRACT NO. 2568
AHFP NO. 1182
SPECIAL PROVISIONS
INDEX
Section
Page
1
Specifications
1
2
Drawings
1
3
Location and Scope of Work
1
4
5
Definition of Terms
Award of Contract, Time of Completion and
2
Time of Commencement of Work
2
6
Progress Schedule
2
'
7
Order of Work
3
8
Payment
3
9
Watering and Water Development
3
10
Guarding Underground Construction
3
'
11
Cooperation with Utility Relocations
4
12
Protection of Existing Utilities
4
'
13
14
Protection of Existing Property Corners
Guarantee
6
6
15
Construction Survey Staking
6
16
Liability Insurance
6
17
Permits
7
18
Traffic Control & Phase Construction
7
19
Access
9
20
Job Safety
9
21
Working Hours
10
22
Erosion Control
10
23
Project Site Maintenance
10
'
24
Construction Details
10
24.1 Demolition and Removals
10
24.2 Clearing and Grubbing
11
24.3 Earthwork
12
24.4 Subgrade Preparation
14
24.5 Relative Compaction
24.6 Aggregate Base
15
15
24.7 Asphalt Concrete
16
24.8 Portland Cement Concrete
17
'
24.9 Planing Asphalt Concrete Pavement
18
24.10 Paving Reinforcing Fabric "Petromat"
18
• •
INDEX
(continued)
Section
Page
24.11
Sound Walls
19
24.12
Fence Modifications and Reconstruction
19
24.13
Soundwall Gate Construction
19
24.14
Patterned Concrete Pavement
19
24.15
Storm Drains and Drainage Structures
20
24.16
Adjust Manholes to Finish Grade
21
24.17
Adjust Existing Water Meter, Valve and
Pull Boxes to Grade
21
24.18
Construction of Waterlines and Appurtenances
21
24.19
Construction of Sewers and Appurtenances
26
24.20
Street Lighting
27
24.21
Dust Control
27
24.22
Final Clean Up
27
24.23
Traffic Signal Detection System and
Flasher Replacements
28
24.24
Signing, Striping and Pavement Markers
29
24.25
Median Landscape Irrigation
34
24.26
Median Landscape Planting
44
24.27
38th Street Park Improvements
P1
24.27.1 Site Rough Grading
P1
24.27.2 Sub -Grade Preparation for Paved Area
P1
24.27.3 Concrete Structures
P1
24.27.4 Steel Reinforcement for Concrete
P5
24.27.5 Concrete Paving, Steps, Bands and
P7
Mowstrips
24.27.6 Surface for Basketball Courts
P7
24.27.7 Patterned Concrete Pavement
P8
24.27.8 Conduit Sleeves'
P9
24.27.9 Precast Concrete Pavers
P9
24.27.10 Site Furnishinqs
P10
24.27.11 Unit Masonry
P12
24.27.12 Polyvinyl Chloride (PVC)
' Coated Steel Chain Link Fence
P17
24.27.13 Metal Fabrications
P18
24.27.14 Rough Carpentry
P23
24.27.15 Waterproofing
P25
24.27.16 Sealants
P26
24.27.17 Built Up Roofing
P28
24.27.18 Flashing and Sheet Metal
P33
24.27.19 Skylights
P34
24.27.20 Wood Doors
P35
24.27.21 Finish Hardware
P36
24.27.22 Painting
P37
24.27.23 Toilet Room Accessories
P38
24.27.24 Electrical
P39
24.27.25 Plumbing
P42
Appendix
Coastal Development Permit
ii
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
' Special Provisions
' BALBOA BOULEVARD
FROM
32ND STREET
TO
44TH STREET
CONTRACT NO. 2568
' AHFP NO. 1182
1. SPECIFICATIONS
All work shall be completed in accordance with these Special Pro-
visions, the City's Standard Special Provisions, and the City's Standard Draw-
, ings and Specifications. The City's Standard Specifications are the Standard
S ecifications for Public Works Construction, 1985 edition. Copies may be pur-
chased from Building News, Inc., 3055 Over and Avenue, Los Angeles, CA 90034 -
213/870 -9871.
2. DRAWINGS
' The complete set of drawings for bidding and construction shall
consist of the following:
A. Street improvement plans for Balboa Boulevard from 32rd Street to
44th Street, City of Newport Beach Drawing No. R- 5538 -S, Sheets 1 through 48,
inclusive.
' B. The City of Newport Beach Standard Drawings, 1985 edition.
C. The Standard Plans of Caltrans, July 1984 edition.
3. LOCATION AND SCOPE OF WORK
The work to be accomplished under this contract consists of the
construction of street improvements for the widening of Balboa Boulevard from
32nd Street to 44th Street and the reconstruction of the 38th Street Park.
' The work shall consist of furnishing all labor, materials, vehi-
cles, tools, machines, equipment, and incidentals to accomplish demolition
clearing and grubbing, grading, removal of existing asphalt and concrete
improvements, construction of concrete curb and gutter, asphalt concrete over
aggregate base pavement, PCC sidewalks and driveway approach, street lighting,
construction of storm drain facilities, and minor concrete structures, construc-
tion of water mains, relocation of fire hydrants and water services, traffic
signal detection and flasher system replacements, striping, sound barrier walls,
park facilities and miscellaneous appurtenant work as shown on the plans; pro-
vide qualified supervision and all other items necessary to provide complete
' improvements to the satisfaction of the City of Newport Beach.
II
• •
All work hereunder shall conform to the Standard Specifications,
applicable portions of CALTRANS Standard Specifications, the Standard Drawings
' of the City of Newport Beach, and these Special Conditions.
In the event of any discrepancy between these Special Conditions,
the Standard Specifications or CALTRANS Standard Specifications, including the
plans, the plans and Special Conditions shall govern where they require a higher
quality of workmanship and /or materials.
4. DEFINITION OF TERMS
Attention is directed to Section 1 -2 of the Standard Specifica-
tions.
' A. Owner City of Newport Beach
Public Works Department
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92658 -8915
' B. Engineer Public Works Director
City of Newport Beach
3300 Newport Boulevard
' P.O. Box 1768
Newport Beach, CA 92658 -8915
Contact Person: Horst Hlawaty
C. Consulting Engineer Robert Bein, William Frost & Associates
Civil Engineers
1401 Quail Street
' Newport Beach, CA 92660 -2748
714/833 -0070
Contact Person: Gary Miller
5. AWARD OF CONTRACT, TIME OF COMPLETION AND COMMENCEMENT OF WORK
1 The award, if made, will be within 60 days after the opening of
bids.
All items of work shown on the plans, described in these Special
Provisions and listed as items in the bid proposal shall be completed in 120
CONSECUTIVE CALENDAR DAYS after the City Council awards the contract.
The Contractor's schedule shall take into account and provide
time allowances for work to be accomplished by the various utilities. In sub-
' mitting his bid the Contractor shall consider traffic control, access and limi-
tation of hours of construction.
6. PROGRESS SCHEDULE
The requirements in Subsection 6 -1, "Construction Schedule and
Commencement of Work," of the Standard Specifications are amended as follows:
The Contractor shall submit to the Engineer a practi-
cable progress schedule within ten (10) working days of exe-
cution of the contract, and within five (5) working days of
the Engineer's written request at any other time. The
1 2
Contractor shall be required to complete all sound wall con -
struction work located adjacent to private property within
14 consecutive calendar days after commencement of said work
on any individual lot and the Contractor's progress schedule
shall reflect this requirement. One week prior to the com-
mencement of work on any specific lot, the Contractor shall
provide written notice to the Owner of the lot regarding the
commencement date and schedule for completing the work. The
Contractor shall also notify residents forty -eight (48)
hours before restricting vehicular access to garages. The
written, notices will be prepared by the Engineer.
Subsequent to the time that submittal of a progress
schedule is required in accordance with these Special Provi-
sions, no progress payments will be made for any work until
a satisfactory schedule has been approved by the Engineer.
7. ORDER OF WORK
The construction schedule shall reflect completion of all work
' under the contract within the specified time in the contract and shall provide
for construction of all underground improvements prior to the construction of
street improvements.
Full compensation for conforming to this article shall be con-
sidered as included in the various contract items of work involved, and no addi-
tional compensation will be allowed therefor.
' 8. PAYMENT
The unit or lump sum prices bid for the various items of work
shall be considered as full compensation for all labor, materials, tools, equip-
ment, and incidentals necessary to complete the work in place, and no additional
compensation will be made therefor. Compensation for work shown on the plans or
described in the specifications, but not separately provided for in the bid pro-
posal, shall be included in the prices bid for the various items of work listed
in the bid proposal and no additional compensation shall be allowed therefor.
9. WATERING AND WATER DEVELOPMENT
A. water Development: The Contractor shall furnish and install all
materials, meters, etc., necessary to develop a water supply for all water
required for the work and of furnishing and applying all water necessary to com-
plete the various items of work. If the Contractor desires to use available
City water, it shall be his responsibility to make arrangements by contacting
the City's Utilities Department at 714/644 -3011.
B. Payment: The cost of developing, furnishing, and applying all
' water shall be considered as included in the various items of work, and no addi-
tional compensation will be allowed therefor.
10. GUARDING UNDERGROUND CONSTRUCTION
Trench excavation and backfill shall conform to Section 306 -1 of
' the Standard Specifications and these Special Provisions.
u
' • 0
J
The walls and fa
be effectively guarded by a
equivalent means. Trenches les
examination indicates hazardous
The Contractor
trench work from the Division
to any construction.
ces of all excavations
shoring system, sloping
s than 5 feet in depth
ground movement may be
shall obtain a permit
of Industrial Safety,
over 5 feet in depth shall
of the ground, or other
shall also be guarded when
expected.
to perform excavation or
State of California, prior
Compensation for guarding underground construction and complying
with all the provisions of this section including the cost of providing all nec-
essary information to obtain the permit and the cost of complying with the pro-
visions of the permit shall be included in the lump sum price for guarding
underground construction and no additional compensation shall be allowed there-
for.
11. COOPERATION WITH UTILITY RELOCATIONS
A. The Contractor shall comply with the requirements in Subsection
5 -6, "Cooperation," and 7 -7, "Cooperation and Collateral Work," of the Standard
Specifications.
' The Contractor shall cooperate with utilities which require
adjustment /relocation including Pacific Telephone and Southern California Edison
facilities as noted on the plan sheets and allow them sufficient time in which
' to complete their work.
Full compensation for conforming to this article shall be con-
sidered as included in the various contract items of work involved, and no addi-
tional compensation will be allowed therefor.
;1
I
I
including all
incidentals s
bly.
The Contractor shall cooperate with Pacific Te
of "false curbs" for telephone manholes at the loc
The "false curb" assemblies will be furnish
installed by the Contractor according to the
and as directed by Pacific Telephone and the City of
the Contractors responsibility to make arrangements
assemblies and coordinate with Pacific Telephone a
by contacting Paige Blouin of Pacific Telephone at (
Full compensation for installing "false cu
labor, tools, equipment, materials (less false cur
hall be included in the unit price paid per each fa
12. PROTECTION OF EXISTING UTILITIES
Tel
in the
ations as shown
ed by Pacific
manufacturers
Newport Beach,
to obtain the
t the start of
714) 966 -6662.
rb" assemblies
b assembly) and
Ise curb assem-
All underground utilities as shown on these plans are plotted
from existing records and general observation in the field and are shown for the
information of the Contractor only. The Contractor shall verify the position
and elevation of these utilities and shall protect said utilities during the
course of the construction. If the Contractor discovers underground facilities
not indicated on the plans or in the Special Provisions, he shall immediately
give the Engineer written notification of the existence of such facilities.
Such facilities shall be protected from damage as directed by the Engineer.
Delays of the contract caused by utility work for utilities not shown on the
plans may occur and will be considered an acceptable cause for time extension,
but no idle time compensation will be allowed.
installation
on the plans
'
Telephone an d
instructions
'
It shall be
"false curb"
the contract
;1
I
I
including all
incidentals s
bly.
The Contractor shall cooperate with Pacific Te
of "false curbs" for telephone manholes at the loc
The "false curb" assemblies will be furnish
installed by the Contractor according to the
and as directed by Pacific Telephone and the City of
the Contractors responsibility to make arrangements
assemblies and coordinate with Pacific Telephone a
by contacting Paige Blouin of Pacific Telephone at (
Full compensation for installing "false cu
labor, tools, equipment, materials (less false cur
hall be included in the unit price paid per each fa
12. PROTECTION OF EXISTING UTILITIES
Tel
in the
ations as shown
ed by Pacific
manufacturers
Newport Beach,
to obtain the
t the start of
714) 966 -6662.
rb" assemblies
b assembly) and
Ise curb assem-
All underground utilities as shown on these plans are plotted
from existing records and general observation in the field and are shown for the
information of the Contractor only. The Contractor shall verify the position
and elevation of these utilities and shall protect said utilities during the
course of the construction. If the Contractor discovers underground facilities
not indicated on the plans or in the Special Provisions, he shall immediately
give the Engineer written notification of the existence of such facilities.
Such facilities shall be protected from damage as directed by the Engineer.
Delays of the contract caused by utility work for utilities not shown on the
plans may occur and will be considered an acceptable cause for time extension,
but no idle time compensation will be allowed.
I
I
1
I
I
1
I
I�
u
i
The construction will cause work to be performed over, under and
very near existing telephone, electrical and gas lines. The Contractor shall
protect in place and be responsible for, at his own expense, any damage to util-
ities encountered during construction of the items shown on the plans.
Attention is directed to Section 5, "Utilities," and Subsection
7 -9, "Protection and Restoration of Existing Improvements," of the Standard
Specifications for Public Works Construction, and these Special Provisions.
If the Contractor wishes to have any utility located, he shall
contact the responsible agency at least 48 hours prior to construction in the
immediate vicinity of the utility.
The Contractor's attention is directed to the utility notifica-
tion service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities
will provide the Contractor with the locations of their substructures in the
construction area when the Contractor gives at least 48 hours notice to the
Underground Service Alert by calling 1- 800 - 422 -4133.
The Contractor shall be responsible for contacting directly all
utility companies having facilities within the work area to determine the loca-
tions of their substructures.
The Contractor shall be responsible for accurate field locations
and protection of all pipes or structures in the work area whether shown on the
plans or not. The following is a list of those persons to contact and their
phone numbers:
A. Southern California Edison Company
73333 Bolsa Avenue
Westminster, CA 92683
Chris Cartwright - 714/895 -0203
Southern California Gas Company
1919 S. State College Boulevard
P.O. Box 3334
Anaheim, CA 92803 -3334
Gary Bingham - 714/634 -3122
Pacific Bell
3160 Redhill
Newport Beach,
Paige Blouin -
CA 92660
714/966 -6222
City of Newport Beach (Sewer and Water)
949 West 16th Street
Newport Beach, CA 92663 -3884
Gil Gomez - 714/644 -3011
Teleprompter Corp. of Newport Beach
901 West 16th Street
Newport Beach, CA
Paul Morgan - 714/642 -3260
The Contractor shall exercise EXTREME CAUTION during roadway
excavation and trenching operations within the vicinity of the Southern Cali-
fornia Gas Company High Pressure Line. During these construction operations the
Contractor shall be required to have a Southern California Gas Co. Representa-
tive on the site at all times.
1 When the High Pressure Gas Line is within 1 -Foot of the excavat-
ed /trenched subgrade the Contractor shall be required excavate at 200 -Foot
intervals in advance of the proposed construction to determine the depth of the
Gas Line.
13. PROTECTION OF EXISTING PROPERTY CORNERS
Every effort shall be made by the Contractor to protect any ex-
' isting property corners uncovered during construction. Should any of these cor-
ners be disturbed, they shall be restored by the Contractor at his expense and
no separate compensation will be made.
14. GUARANTEE
The Contractor shall guarantee for a period of one year, after
acceptance of the work by the City Council, all materials and workmanship
against any defects whatsoever. Any such defects shall be repaired at the Con-
tractor's expense within 15 days of notice to do so from the City.
15. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the respon-
sibility of the Contractor. All such surveys, including construction staking,
shall be under the supervision of a California licensed surveyor or civil engi-
neer. Staking shall be performed on all items ordinarily requiring grade and
alignment at intervals normally accepted by the agencies and trades involved.
Payment for construction survey staking shall be considered as included in the
various items of work, and no additional allowance will be made therefor.
16. LIABILITY INSURANCE
Section 7 -3 of the Standard Specifications is hereby amended as
d
I
I
1
follows:
The word "Agency," where used in this section, shall include the
City of Newport Beach, the County of Orange, and Robert Bein, William
Frost & Associates.
A standard "Special Endorsement of Insurance for Contract Work
for City" form has been adopted by the City. This form is to be at-
tached and made a part of all policies of insurance acceptable to the
City. The successful low bidder will be required to complete this
form upon award of contract. A copy of this form is included herein
for the Contractor's review. The minimum limits of liability shall
be:
Multiole Limits:
Bodily Injury
Property Damage
Sinale Limit:
6
$500,000 each person
$1,000,000 each occurrence
$200,000 each occurrence
$500,000 aggregate
$2,000,000 Bodily Injury
and Damage Combined
' 17. PERMITS
The Contractor shall obtain the following permits prior to any
construction and shall have a valid City business license:
A. Permit to perform excavation or trench work from the Division of
Industrial Safety, State of California (see Section 10 "Guarding Underground
Construction ").
' B. The City has obtained a Coastal Zone Permit and is included in
the Appendix.
' The Contractor shall be responsible for making himself aware of
and conducting his operations in accordance with the requirements of these ap-
provals and permits. All costs involved in complying with these provisions
shall be included in the price bid for various items of work, and no additional
compensation will be made therefor.
18. TRAFFIC CONTROL AND PHASE CONSTRUCTION
The Contractor shall provide sufficient signing and barricades to
protect the motorists, pedestrians, bicyclists and construction personnel. All
barricading and construction signing shall be in conformance with the Plans and
the Work Area Traffic Control Handbook as published by Building News, Inc., 3055
Overland Avenue, Los Angles, CA 90034. Sole determination as to the adequacy of
construction signing and barricading shall be made by the City of Newport Beach.
Supplemental signing and barricading required in the opinion of the City of
Newport Beach to protect the public shall be immediately erected by the Contrac-
tor. The Contractor shall notify City Fire and Policy Departments regarding
' construction project and potential traffic congestion road restrictions,
closures or detours.
Supplement and amend Subsection 7 -10.3, "Street Closures,
Detours, Barricades," of the Standard Specifications for Public Works Construc-
tion as follows:
The Contractor shall provide traffic control as shown on the con-
, struction phasing plans.
The Contractor shall provide and maintain all signs, barricades,
pedestals, flashers, delineators, and other necessary facilities for the pro-
tection of the motoring public within the limits of the construction area. He
shall also post proper signs to notify the public regarding the condition of the
roadway, all it accordance with the provisions of the Vehicle Code, and the
"Manual of Warning Signs, Lights, and Devices for Use in Performance of Work
' Upon Highways," as published by the State of California, Business and Transpor-
tation Agency, Department of Transportation.
Portable delineators shall be spaced as necessary for proper de-
lineation of the travel way. The spacing between delineators shall not exceed
100 feet on tangents of 50 feet on curves except when used for lane closures.
When used for lane closures, the fluorescent traffic cones or
portable delineators shall be placed at intervals not to exceed the following:
' Tapers 50 feet
Edge of Closed Lane
' Tangents 200 feet
Curves 100 feet
LJ
I
I
I
I
I
f
I
I.
• •
If the traffic cones or portable delineators are damaged, dis-
placed or are not in an upright position, from any cause, said cones or portable
delineators shall immediately be replaced or restored to their original loca-
tion, in an upright position by the Contractor.
The Contractor shall furnish such flagmen as are necessary to
give adequate warning to traffic or to the public of any dangerous conditions to
be encountered, such as equipment crossings and trucks entering or leaving the
highway. Flagmen, while on duty and assigned to give warning to the public that
the highway is under construction and of any dangerous conditions to be encoun-
tered as a result thereof, shall perform their duties and shall be provided with
the necessary equipment in accordance with the current Instructions to Flagmen"
of the California Department of Transportation. The equipment shall be fur-
nished and kept clean and in good repair by the Contractor, at his expense.
Ingress and egress by heavy construction equipment of trucks will
require short -term temporary lane closures or detours. Such closures or detours
shall be subject to approval by the Engineer.
The Contractor shall obtain the approval of the Engineer for a
haul route to be used for the movement of equipment or for the disposal of ex-
cess excavation and construction debris. Any special restrictions placed on the
Contractor in conjunction with the haul route approval shall be considered in-
cluded in the lump sum cost for traffic control and no additional compensation
shall be allowed therefor.
Lane restrictions for streets affected by this work shall apply
as follows:
The Contractor shall keep two lanes open to traffic (one in each
direction of travel) at all times. Prior to commencing work, the Contractor
shall submit a detailed plan for his proposed phasing of the construction and
traffic routing. No work requiring traffic routing shall commence until
approval of the detailed plan by the Engineer.
The Contractor shall organize his work to conform to the phasing
program depicted on sheets 38 and 29 of the improvement plans. The construction
phasing plans depict the suggested schedule of work and the signing and striping
requirements associated with the suggested construction phasing program. The
suggested order of work to be performed is as follows:
PHASE 1 - Remove existing medians, landscaping and trees in
Balboa Boulevard, place temporary AC pavement (4" AC over compacted subbase, and
install signing and striping improvements depicted on as Phase 1 detour plans.
During the Phase 1 improvements schedule the contractor will be
permitted to construct the proposed improvements on the easterly side of Balboa
Boulevard (inland side) and the curb gutter and sidewalk improvements on the
westerly side of Balboa Boulevard.
The Contractor shall keep two lanes of traffic one in each direc-
tion and the paved median open to traffic at all times. Construction of the
storm drain laterals crossing the required traffic will not be permitted during
this phase of work, the removals and installation of new pavement should be
designed to permit the placement of phase material and asphalt to coincide with
the future travel lanes so that joints would fall on the lane line.
The placement of the final 2" asphaltic surface will be installed
during the final phase of work and shall be coordinated with the Engineer.
During Phase 1 construction, the Contractor shall maintain traf-
fic on side streets and access to /from alleys except that construction of the
storm drain facility in 41st Street will require that 41st Street be closed to
traffic. The Contractor will be permitted to close 41st Street for a maximum
period of 20 working days.
• •
PHASE 2 - Phase 2 improvements programs requires the shifting of
outbound traffic on Balboa Boulevard to the easterly side of the roadway and
constructing the remainder of the street improvements, storm drains, etc. The
Contractor shall organize his work to install the signing and striping improve-
ments presented on the plans for Phase 2. During Phase 2 construction activity
the Contractor will be permitted to close cross street traffic at one inter-
section at a time. A specific schedule and manner in which the closures will be
conducted shall be submitted to the Engineer for review and acceptance.
Prior to commencing work on any construction phase, the Contrac-
tor shall submit a detailed plan showing any deviation to the location of all
signs, markings, barricades and dimensions of transition lane widths, etc., for
the Engineer's approval. The suggested phasing program and detour plans are
general in detail. The Contractor shall be responsible for additional signs,
markings, etc., required to complete its work and to satisfy the requirements of
the standard specifications.
Full compensation for conforming to this article and maintaining
traffic shall be considered as included in the contract lump sum price paid for
traffic control and construction phasing and no additional compensation will be
allowed therefor.
Should the Contractor appear to be neglectful or negligent, in
furnishing warning and protective measures as above provided, the Engineer may
direct attention to the existence of a hazard, and the necessary warning and
protective measures shall be furnished and installed by the Contractor, at his
expense. Should the Engineer point out the inadequacy of warning and protective
measures, such action on the part of the Engineer shall not relieve the Contrac-
tor from responsibility for public safety or abrogate his obligation to furnish
and pay for these devices.
All existing stop signs and street name signs shall be maintained
in visible locations during construction and permanently relocated or removed as
directed by the Engineer. Signs which need not be maintained during construc-
tion or permanently relocated, shall be salvaged.
Supplement and amend Subsection 7 -10.1 "Traffic and Access," of
the Standard Specifications for Public Works Construction as follows:
When entering or leaving roadways carrying public traf-
fic, the Contractor's equipment, whether empty or loaded,
shall in all cases yield to public traffic.
19. ACCESS
Vehicular and pedestrian access shall be maintained at all times
to residences adjacent to the project area; however, where conditions preclude
such access for reasonable periods of time (as determined by the Engineer),
access shall be restored at the end of each work day.
20. JOB SAFETY
Contractor confirms that he is aware of all terms and provisions
of CAL -OSHA Safety Orders which pertain to the work described herein. Contrac-
tor is required to comply with all of said Construction Safety Orders and to
take all necessary steps to insure that all representatives, employees, and
agents of the Contractor on the jobsite will be fully knowledgeable of said Con-
struction Safety Orders.
p]
' • •
21. WORKING HOURS
City ordinance limits working hours (including equipment mainte-
nance) to Monday through Friday from 7 a.m, to 6 :30 p.m, and Saturday from 8
a.m. to 6 p.m. Violators are subject to citation and fine. Permission is
' required in advance by City for any Saturday work.
22. EROSION CONTROL
It is anticipated that surface and ground or other waters may be
encountered at various times and locations during the work herein contemplated.
t The Contractor, by submitting a bid, acknowledges that he has investigated the
risks arising from water and has prepared his bid accordingly. The Contractor
shall conduct his operations in such a manner that storm or other waters may
proceed uninterrupted along their existing street and drainage courses. Diver-
' sion of water for short reaches to protect construction in progress will be per-
mitted if public or private properties are not damaged or, in the opinion of the
Engineer, are not subject to the probability of damage.
Surface runoff water containing mud, silt, or other deleterious
material from the project area shall be treated by filtration or retention in a
settling basin or basins, sufficient to prevent such waters from entering storm
drains or tidal waters.
' The Contractor shall submit his proposed methods of construction
and sedimentation controls to the City and the Water Quality Control Board,
Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506,
telephone 714/684- -9330, Mr. Hasam Bagai or Mr. Gary Stewart) within two weeks
after award of contract. Upon approval of the plan by the City and the Board,
the Contractor shall be responsible for the implementation and maintenance of
the control facilities.
All costs involved in any dewatering or desilting operations
shall be included in the price bid for the related item requiring dewatering or
desilting and no additional compensation shall be allowed therefor.
23. PROJECT SITE MAINTENANCE
The Contractor shall provide project site maintenance in compli-
ance with Part 1, Subsection 7 -8, "Project Site Maintenance," of the Standard
Specifications.
' The Contractor shall furnish and operate a self- loading motor
sweeper to keep paved haul areas clear as directed by the Engineer.
24. CONSTRUCTION DETAILS
r24.1 DEMOLITION AND REMOVALS
'
A. Work
in this section: Principal items include:
1.
Demolish and remove existing park buildings and
structures,
including footings and foundations.
'
2.
Demolish and remove existing site improvements as
indicated,
including curbs, walks, paving, fences, walls,
foundations
and asphaltic paving.
3.
Make necessary arrangements and remove or abandon onsite
'
utilities including capping and sealing of
underground
services.
'
10
' • •
I
1
I
I
I
I71
I
Clean up and disposal of demolition and removal debris.
Salvage and reinstallation of existing items as indicated.
The Contractor shall give required notices, pay fees and charges, and
arrange for disconnection and removal of abandoned public utilities and meters.
The plans show existing site and building conditions with information
developed from the original construction documents, field surveys, and City's
records, and to generally show the amount and type of demolition required to
prepare existing areas for new work. The Contractor shall make a detailed sur-
vey of existing conditions pertaining to the work prior to commencing demoli-
tion. All discrepancies between drawings and actual conditions shall be report-
ed to the Engineer for instructions, and no work shall be done where such dis-
crepancies occur prior to receipt of Engineer's instructions.
The Contractor shall completely 1) demolish and remove park buildings
and all other structures as indicated and required, including footings, foun-
dations and like structures to at least 12" below finish grade; 2) cut down
abandoned manholes and utility boxes to 30" below finish grade, break up bottom
slabs to ensure drainage, and backfill with compacted soil as specified for new
construction; 3) remove walks and paving of all kinds, fences, walls and miscel-
laneous items. Power saw cut for full depth of section where portions or
portland cement concrete or asphaltic concrete paving are to remain; and 4)
remove onsite abandoned pipe and conduit, and backfill the excavations as spec-
ified for new construction except where located in mass excavation volume or
indicated to be abandoned in place; seal ends of abandoned in place items with
permanent waterproof plugs or seals of concrete or metal.
Existing items City intends to retain will be designated by the
Engineer prior to start of demolition work. The Contractor shall carefully
remove, salvage, box or bundle as approved, and deliver such items to storage as
directed by the Engineer.
All removed material other than items to be salvaged or reused shall
become Contractor's property and shall be removed from City's property. Debris
shall be cleaned up and disposed of promptly and continuously as work progress-
es, and not allowed to accumulate.
24.2 CLEARING AND GRUBBING
This item of work shall include the clearing and grubbing of all
areas as shown on the plans except as otherwise specified herein and shall be
done in accordance with Section 300 -1 of the Standard Specifications. All mate-
rials accumulated under this item of work, except City traffic signs, markers,
and reflectors, shall become the property of the Contractor. It shall be the
Contractor's responsibility to dispose of the material away from the job site in
a manner and at a location acceptable to all cognizant agencies. The Contractor
shall exercise care in removing only those materials which are unsuitable for
use as roadway embankment.
Areas to be cleared and grubbed shall include all unimproved
areas where plans indicate work to be performed, and shall also include the
ground surface of areas to be excavated or filled beyond the right -of -way.
Clearing and grubbing as required to construct the various types
of sound walls shall be included in the applicable items of work specified for
in Subsection 24 -11, "Sound Walls."
All traffic signs and markers that interfere with the work in
this contract, whether shown on plans or not, shall be removed by Contractor,
salvaged, and delivered to the City Corporation Yard located at 592 Superior
11
' Avenue, Newport Beach, California. All Contractor's expense in connection with
these traffic signs and markers shall be included in the contract lump sum price
' bid for clearing and grubbing. No signs shall be removed without first obtain-
ing permission from the Engineer.
All trees not interfering with the construction or shown on the
' plans to be removed, shall be protected in place and the Contractor shall exer-
cise caution to avoid damage to root structure as a result of his operation.
Full payment for Clearing and Grubbing and for conforming to the
provisions of this section except as otherwise provided shall be on the basis of
the lump sum bid. Payment shall be considered full compensation for all work
specified herein including sawcutting, removal, hauling away and disposal, in-
cluding cleanup and backfilling, furnish all labor, materials, tools, equipment,
' and incidentals, paying all disposal fees, and doing all work involved as shown
on the plans and as specified in these specifications and no additional compen-
sation will be allowed therefor.
' Payment for clearing and grubbing required as a result of sound
wall construction shall be included in the applicable items of work as shown in
the Proposal.
' 24.3 EARTHWORK
Earthwork shall conform to the provisions of Section 300, "Earth-
, work, of the Standard Specifications, and these Special Provisions.
Whenever reference to finished grade is made, it shall be con-
sidered to be the finished surface of the complete facility. Relative compac-
t tion of not less than 90 percent shall be obtained for a minimum depth of 0.5
foot below the grading plane, including shoulders, whether in excavation or em-
bankment.
After subgrade is made, the Contractor shall notify the Engineer
t so he may arrange for inspection of the subgrade.
In connection with earthwork, tests shall be made to conform with
Section 211, "Soils and Aggregate Tests," and the following:
' Test Test Method
' Relative Compaction No. Calif. 216 & 231
Sand Equivalent No. Calif. 217
Resistance (R- value) No. Calif. 301
Sieve Analysis No. Calif. 202
rMethod No. Calif. 216 shall be replaced with Note 2 of ASTM
01557.
' Trenches, holes, depressions, and pits caused by the removal of
facilities shall be backfilled with embankment material as provided in Section
300, "Earthwork," of the Standard Specifications. Such trenches, holes,
depressions, and pits that are in surfaced areas, otherwise to remain undis-
turbed, shall be backfilled with material equal to or better in quality and to
the same thickness as the surrounding materials.
When hauling is done over public highways, and when directed by
the Engineer, loads shall be trimmed and all material removed from shelf areas
of vehicles in order to eliminate spilling of material. If directed by the
Engineer, loads shall be watered after trimming to eliminate dust.
' Operations shall be conducted in such a manner that existing
highway facilities, utilities, and other non - highway facilities which are to
remain in place will not be damaged.
12
1 • •
A. Unclassified Excavation
Unclassified excavation shall conform to the provisions of Sec-
tion 300 -2 "Unclassified Excavation, of the Standard Specifications for Public
Works Construction and these Special Provisions.
' It is estimated that 5,300 cubic yards of soil, existing asphalt
concrete, existing PCC pavement and aggregate base must be excavated to con-
struct the road improvements as shown on typical sections and to produce the
lines and grades as shown on the plans. The City of Newport Beach reserves the
' right to change the estimated amount without a change in unit price in the event
the decrease or increase exceeds 25 percent. It is estimated that 460 CV of
existin PCC STA. 26 +00.00p- STAt 31 +64.75e below texibstiWge S avemen must be southbound lanes of Balboa Boule-
vard. vard.
The excavation quantity will include all material, regardless of
' classification, occurring between the existing paved or ground surface, and the
grading plane required to construct the improvements according to plans or as
directed.
Included in unclassified excavation are the following items:
' 1) Removal of old asphalt concrete and aggregate base. All PCC and
AC removals shall be sawcut to a minimum depth of 2 inches prior to removal and
shall be removed in such a manner as to leave the adjacent improvements undis-
turbed. The Contractor shall, at his expense, restore all existing paved areas
not within the scope of removal which are damaged during clearing and grubbing
or subsequent construction operations.
2) Excavation for pavement widening. The asphalt concrete pavement,
' PCC pavement, and aggregate base removed as excavation shall become property of
the Contractor and shall be disposed of at the Contractor's expense.
Operations shall be conducted in such a manner that existing
' highway facilities, utilities, and other non - highway facilities which are to
remain in place will not be damaged.
No excavation within five feet of the traveled way shall remain
' open longer than is necessary to perform the work.
At the end of each working day, if a difference in excess of 0.33
foot exists between the elevation of the existing pavement and the elevation of
any excavation within five feet of the traveled way, material shall be bladed up
and compacted against the vertical cuts adjacent to the traveled way. During
excavation operations, native material may be used for this purpose; however,
one the becused. p lacin
structural shall
the top
' of existing pavement and tapered at a slope of 4:1 or flatter to the bottom of
the excavation.
Subsection 301 -1.4 "Subgrade Tolerances," of the Standard Speci-
' fications is amended to read:
Subgrade for pavement, driveways or other roadway
structures shall not vary more than 0.05 foot (15mm) from
the specified grade and cross section. Subgrade for subbase
or base material shall not vary more than 0.10 foot (30mm)
' from the specified grade and cross section. Variations
within the above specified tolerances shall be compensating
so that the average grade and cross section specified are
met.
' 13
Measurement for payment for unclassified excavation will be based
on volumes obtained from cross - sections within the limits shown on the plans or
as outlined by the Engineer.
Full compensation for conforming to the requirements of this ar-
ticle and for blading up the material regardless of the number of times it is
required, and subsequent removing or reshaping of the material to the lines and
grades shown on the plans, shall be considered as included in the contract price
paid for the various items of work involved, and no additional compensation will
be allowed therefor. No payment will be made for material placed in excess of
' that required for the structural section.
B. Structure Excavation and Backfill
rTo subsection 300 -3.5, "Structure Backfill," add the following:
Compaction equipment or methods which may cause exces-
sive displacement or may damage structures, shall not be
used.
' To subsection 300 -3.5, "Payment," add the following paragraph:
The cost for all structure excavation and backfill
' required for reinforced concrete pipes, inlet structure, and
junction structures shall be considered as included in the
contract bid prices bid for those various items, and no
additional compensation will be allowed therefor.
Backfill for all structures including trench backfill shall have
a sand equivalent of not less than 30 and shall have a relative compaction of
' not less than 90 percent.
C. Excess Material
' All surplus material resulting from grading operations shall be-
come the property of the Contractor who shall dispose of the material outside of
the right -of -way to an approved disposal site acceptable to all cognizant gov-
t erning agencies and in accordance with Section 300 -2.6 of the Standard Speci-
fications.
Full compensation for providing all labor, materials, tools,
' equipment, incidentals and for doing all work necessary to dispose of surplus
material shall be included in the contract price for unclassified excavation and
no additional compensation will be allowed therefor.
' 24.4 SUBGRADE PREPARATION
Subgrade preparation shall conform to the provisions in Sub-
' section 301 -1 of the Standard Specifications. Within the roadway area the top
6" of the subgrade material below the grading plane shall be compacted to a rel-
ative compaction of not less than 90 percent. No separate payment will be made
for subgrade preparation. All Contractor's costs of subgrade preparation shall
be considered to be included in the contract unit prices for items of work which
require subgrade preparation.
1 14
Untreated base materials shall meet the requirements of Section
400 -2 of the Standard Specifications and these Special Provisions.
In lieu of the second sentence of Section 200 -2.4.1 of the Stan-
dard Specifications, at least 65 percent, by weight, of the material retained on
the No. 4 sieve shall be crushed particles as determined by Test Method No.
Calif. 205.
Evaluation of gradation and sand equivalent test results shall
' conform to the provisions of Subsection 400 -1.4. The gradation and sand equiva-
lent requirements of Subsections 200 -2.3, 200 -2.4, 200 -2.5 and 200 -2.6 shall be
the moving average requirements. Individual test requirements for gradation and
sand equivalent shall be as determined by the EMA Materials Lab.
Add to Subsection 301 -2.1, "General," the following:
Untreated base material for pavement shall be con-
structed or material as specified herein.
The material grading shall be either Coarse or Fine as
' specified in Subsection 200 - 2.4.2, "Grading," of the Stan-
dard Specifications, at the option of the Contractor.
Changes from one grading to another shall not be made during
the progress of the work, unless permitted by the Engineer.
Revise Subsection 301 -2.2, "Spreading," as follows:
Delete the last two sentences in paragraph 2 and add
the following:
At the time untreated base material is spread, it may
' have a moisture content sufficient to obtain the required
compaction. Such moisture shall be uniformly distributed
throughout the material.
' Tailgate spreading by dump trucks will not be permitted
except for spot dumping and in areas not readily accessible
to spreading equipment.
' A prime coat consisting of Grade MC -70 liquid asphalt shall be
applied to the surface of the prepared base or subbase prior to placing asphalt
concrete at a rate between 0.10 and 0.25 gallon per square yard (0.45 and 1.18
' liter per square meter). Grade SC -70 and SC -250 liquid asphalt may be used when
approved by the Engineer.
Payment for aggregate base shall be the contract unit price per
ton and shall include full compensation for all labor, materials, tools, equip-
' 15
'
24.5
RELATIVE COMPACTION
Wherever relative compaction is
specified to be determined by
'
Test Method
No. Calif. 216, the relative compaction will be determined by Test
Method No.
Calif. 216 or 231. The area, as stated in Test Method No. Calif.
231, may be
represented by one or more individual
test sites.
'
Laboratory maximum density tests
shall be per Section 211 -2.1.
The correction
for oversize material as stated
in Test Method No. Calif. 215
shall be replaced with Note 2 of ASTM D1557.
24.6
AGGREGATE BASE
Untreated base materials shall meet the requirements of Section
400 -2 of the Standard Specifications and these Special Provisions.
In lieu of the second sentence of Section 200 -2.4.1 of the Stan-
dard Specifications, at least 65 percent, by weight, of the material retained on
the No. 4 sieve shall be crushed particles as determined by Test Method No.
Calif. 205.
Evaluation of gradation and sand equivalent test results shall
' conform to the provisions of Subsection 400 -1.4. The gradation and sand equiva-
lent requirements of Subsections 200 -2.3, 200 -2.4, 200 -2.5 and 200 -2.6 shall be
the moving average requirements. Individual test requirements for gradation and
sand equivalent shall be as determined by the EMA Materials Lab.
Add to Subsection 301 -2.1, "General," the following:
Untreated base material for pavement shall be con-
structed or material as specified herein.
The material grading shall be either Coarse or Fine as
' specified in Subsection 200 - 2.4.2, "Grading," of the Stan-
dard Specifications, at the option of the Contractor.
Changes from one grading to another shall not be made during
the progress of the work, unless permitted by the Engineer.
Revise Subsection 301 -2.2, "Spreading," as follows:
Delete the last two sentences in paragraph 2 and add
the following:
At the time untreated base material is spread, it may
' have a moisture content sufficient to obtain the required
compaction. Such moisture shall be uniformly distributed
throughout the material.
' Tailgate spreading by dump trucks will not be permitted
except for spot dumping and in areas not readily accessible
to spreading equipment.
' A prime coat consisting of Grade MC -70 liquid asphalt shall be
applied to the surface of the prepared base or subbase prior to placing asphalt
concrete at a rate between 0.10 and 0.25 gallon per square yard (0.45 and 1.18
' liter per square meter). Grade SC -70 and SC -250 liquid asphalt may be used when
approved by the Engineer.
Payment for aggregate base shall be the contract unit price per
ton and shall include full compensation for all labor, materials, tools, equip-
' 15
' • •
ment and incidentals and all work involved in construction of aggregate base and
application of prime coat, and no additional compensation will be allowed there-
for.
24.7 ASPHALT CONCRETE
' A. Asphalt Concrete
The asphalt concrete base course shall meet the requirements of
' Section 400 -4 of the Standard Specifications and these Special Conditions. The
asphalt concrete base course shall be Type III -B2 -AR 4000 with 5.4 percent as-
phalt content. Coarse aggregate shall consist of material of which at least 75
' percent by weight shall be crushed particles in lieu of the requirements of Sec-
tion 400 - 4.2.3.
The asphalt concrete finish course shall be Type III -C3 -AR 4000
with asphalt content between 5 percent and 7 percent.
' The sand equivalent and Stabilometer -Value (S- Value) requirements
of Subsection 400 -4.3 shall be the moving average requirements. Individual test
requirements for sand equivalent and S -Value shall be as determined by the EMA
Materials Lab.
If the finished surface of the asphalt concrete on the traffic
lanes does not meet the specified surface tolerances, it shall be brought within
' tolerances by either: (1) abrasive grinding (followed by fog seal coat on the
areas which have been ground), (2) placing an overlay of asphalt concrete, or
(3) removal and replacement. The method shall be selected by the Engineer.
' Modify Subsection 302 -5.3, "Tack Coat," as follows:
A tack coat of SS -lb type emulsified asphalt, where
' stipulated on the plans and specifications or as required by
the Engineer, shall be applied in accordance with Subsection
302 -5.3. AR 1000 paving asphalt may be used only when ap-
proved by the Engineer. AR 1000 paving asphalt, when ap-
proved, shall be spread in accordance with provisions of
Section 203 -1.
' Add to Subsection 302 -5.4, "Distribution and Spreading," the fol-
lowing:
Tarpaulins shall be used to cover all loads when di-
rected by the Engineer.
The finish courses of asphalt concrete shall be 0.17 -foot in com-
pacted thickness. Each lane of the top layer, once commenced, shall be placed
without interruption.
All screed extensions for paving machines shall be provided with
a tamper, roller or other suitable compacting devices.
Add to Subsection 302 -5.5, "Rolling," the following:
' Three- wheeled rollers as specified in Subsection
302 -5.5.1 shall not be permitted. Pneumatic rollers shall
be required on lower layers only.
Initial breakdown compaction shall consist of a minimum of three
(3) coverages of a layer of asphalt mixture. A pass shall be a movement of a
roller in both directions over the same path. A coverage shall consist of as
many passes as are necessary to cover the entire width being paved. Overlap
' between passes during any coverage, made to insure compaction without displace-
' 16
ment of material in accordance with good rolling practice, shall be considered
to be part of the coverage being made and not part of a subsequent coverage.
Each coverage shall be completed before subsequent coverages are started.
The final or surface layer of asphalt concrete shall not be
placed until all improvements have been completed, including all grading, and
until all unacceptable concrete is removed and replaced at the direction of the
Engineer.
B. Asphalt Concrete Overlay
' The asphalt concrete overlay shall meet the requirements of
Section 24.7 of these special provision except as modified herein. The finish
' courses of asphalt concrete overlay shall be .12' minimum and 0.17' maximum in
compacted thickness. All asphalt concrete overlay shall be placed over rein-
forced paving fabric per Section 24.9 of These Special Provision.
C. Measurement and Payment
Measurement and payment for asphalt concrete shall be in accor-
dance with Subsection 302 -5.8 of the Standard Specifications and as specified
herein.
All asphalt concrete shall be measured in tons and payment will
' be made at the contract unit prices, as shown in the Proposal.
Payment for all asphalt work shall include full compensation for
furnishing all labor, materials, tools, equipment, and incidentals and for doing
all work involved in constructing asphalt concrete pavements and overlay, com-
plete in place, and shall include all costs of furnishing and applying prime
coat, tack coat, and paint binder and where required by the plans and these Spe-
cial Provisions.
' 24.8 PORTLAND CEMENT CONCRETE
All Portland cement concrete shall be Class 520 -C -2500 unless
otherwise specified on the plans. Construction shall be performed according to
the requirements of the applicable sections of the Standard Specifications, ex-
cept as herein modified.
' The Cleanness Value requirement of Section 200 -1.4 shall be re-
placed with the following:
Tests
Test Method No.
Requirements
Cleanness Value:
Calif. 227
Individual Test
70 Min.
'
Moving Average
75 Min
Portland
cement concrete used for
the curb and gutter and side-
walk shall be securely
barricaded immediately following
placement, and no vehic-
,
ular traffic shall be allowed
thereon for four (4)
days.
Payment
for constructing PCC curb
and gutter shall exclude curb
inlet and local depression
lengths. However, the
unit price bid for construct-
'
ing PCC curb and gutter
shall be applicable where
the curb height is less than 8
inches, such as through
access ramp depressions, where
joining existing curb and
gutter.
1
17
0 •
Payment for curb access ramps and landings shall include 4 inches
of sand base with a sand equivalent of 30, and no additional compensation will
' be allowed therefor.
24.9 PLANING ASPHALT CONCRETE PAVEMENT
Existing asphalt concrete shall be planed at the locations and to
the dimension as shown on the plans and in accordance with these Special
Provisions.
' Planing asphalt concrete pavement shall be performed by cold
planing.
The cold planing machine shall have a cutter head at least 30
' inches wide and shall be operated so as not to produce fumes or smoke.
The depth, width, and shape of the cut shall be as indicated on
the typical cross sections or as directed by the Engineer. The final cut shall
' result in a uniform surface conforming to the typical cross sections. The out-
side lines of the planed area shall be neat and uniform. The road surfacing to
remain in place shall not be damage in any way.
The material planed from the roadway surface, including material
' deposited in existing gutters or on the adjacent traveled way, shall be immedi-
ately removed from the site of the work and disposed of. The removal crew shall
follow within 50 feet of the planter, unless otherwise directed by the Engineer.
' Planing asphalt concrete pavement will be measured by the square
foot. The quantity to be paid for will be the actual area of surface planed
irrespective of the number of passes required.
The contract price paid per square foot for plane asphalt con-
' crete pavement shall include full compensation for furnishing all labor,
materials, tools, equipment, and incidentals, and for doing all work involved in
planing asphalt concrete surfacing and disposing of material removed, as spec-
' ified in these Special Provisions and as directed by the Engineer.
24.10 PAVING REINFORCING FABRIC "PETROMAT"
' Paving Reinforcing Fabric "Petromat ": This item of work shall
include placement of "Petromat" reinforcing fabric, as manufactured by Phillips
Fibers Corporation, prior to placement of asphalt concrete surface course as
shown on the Plans, as directed by the Engineer and in accordance with the man-
ufacturer's recommendations except as modified and /or supplemented below.
The surface to be covered with fabric shall be free of dirt,
' dust, water and vegetation.
The asphalt binaer shall be AR -4000 type paving asphalt conform-
ing to the provisions of Section 203, "Bituminous Materials" of the Standard
' Specifications. Asphalt binder shall be sprayed uniformly over the area to be
covered with fabric at a rate of 0.20 to 0.30 gallons per square yard as adjust-
ed by the Engineer. Asphalt cutbacks shall not be used. Binder application
should be accomplished with an asphalt distributor for all surfaces and shall be
' applied at a temperature of not less than 250 °F, nor more than 375 0F., the exact
temperature to be determined by the Engineer.
The Contractor shall place asphalt concrete surface course imme-
diately following placement of the Petromat. The temperature of the asphalt
overlay shall not exceed 275 °F, in order to prevent shrinkage and /or subsequent
damage to the fabric.
Payment for this item, including asphalt binder, sweeping, patch-
' ing and preparing the existing surface shall be made at the price bid per square
yard of the actual quantity of Petromat fabric installed complete and in place.
' 18
' 24.11 SOUND WALLS
' The concrete block sound wall construction shall be in accordance
with Sections 202 -2 and 303 -4.1 of the Standard Specifications except as mod-
ified herein, the details and notes shown on the plans, and these Special
' Provisions.
Demolition of existing walls which interfere with the plans as
directed by the Engineer and shall be considered as included in the applicable
' items of work as shown in the Proposal.
The Contractor shall adjust beginning and ending wall stations to
accommodate block modules and existing joint conditions. Wall layout shall be
' approved by the Engineer prior to wall construction.
Reinforcement steel shall be ASTM A706 or A615 Grade 40
or Grade 60.
' The masonary units shall be split -faced one side and
tan in color.
The Contractor shall provide at least 3 sample masonry
units for approval by the Engineer prior to construction of
the sound walls.
Exposed sound wall surfaces facing the roadway shall be
sealed using a graffiti resistant coating as specified under
24.27.11 in the special provisions.
The Contract unit price for the sound walls shall include full
' compensation for furnishing all labor and materials to construct all items as
shown in details on the plans for the various locations including excavation,
backfill, footing, reinforcement and framing appurtenances, complete in place.
' 24.12 FENCE MODIFICATION AND RECONSTRUCTION
The lump sum price paid for fence modifications and reconstruc-
tion item of work as shown on the plans shall include compensation for all labor
and materials and incidentals to complete the work to closely match the remain-
ing portion of the fences to be modified, including removal, storage, new foot-
' ings, hardware, painting and all necessary work to complete the work to the
satisfaction of the Engineer.
' 24.13 SOUNDWALL GATE CONSTRUCTION
This item of work shall include all fabrication hardware,
installation and painting necessary to construct soundwall gates complete in
place.
All work done shall be in accordance with the applicable portions
of Sections 204, 210 and 304 of the Standard Specifications and Section 24.27.13
' of these special provisions, except as modified in the plans or herein.
The contract unit price paid for soundwall gates shall include
full compensation for furnishing all labor, materials and equipment necessary to
' construct soundwall gates complete in place.
24.14 PATTERNED CONCRETE PAVEMENT
Patterned concrete pavement shall be 564 -C -3250 Portland cement
concrete. Colored hardener shall be Russet A -24 "Lithochrome Color Hardener" as
manufactured by L.M. Scofield Co., Los Angeles, California. The minimum rate of
' 19
' • •
I
I
I
1
application of the hardener shall be 60 pounds per 100 square feet. Color wax
curing and finishing compound shall be Russet A -24 "Lithochrome Colorwax" as
manufactured by L.M. Scofield Company, Los Angeles, California. Minimum appli-
cation coverage shall be 600 square feet per gallon of unthinned Colorwax.
Subgrade preparation shall conform to the requirements of Section
301 -1 of the Standard Specifications.
The final color appearance shall be uniform throughout the entire
surface area. All surfaces that are not uniform in color and surface texture
will be rejected and must be removed and reconstructed at the Contractor's
expense.
24.15 STORM DRAINS AND DRAINAGE STRUCTURES
A. Pipe
Storm drain pipe shall be asbestos cement pipe of the size and
strength shown on the plans. The pipe and fittings shall be in accordance with
Sections 207 -2 and 207 -6, respectively, of the Standard Specifications.
Storm drain pipe bedding shall conform to Class "C" bedding per
City of Newport Beach Standard 106 -L.
Backfill material in all pipe trenches above the bedding material
and around associated structures shall be placed and compacted in accordance
with Section 306 -1.3 of the Standard Specifications.
B. Drainage Structures
All drainage structures shall be
the pertinent City Standard Drawings and details
inlets shall have a protection bar installed per
300 -L.
C. Existing Sewer Laterals
constructed in accordance with
shown on the plans. All curb
City of Newport Beach Standard
During the storm drain construction operation within 35th Street
and 41st Street, it will be necessary to remove and replace sewer house
laterals. The Contractor shall provide written notice to the owner of each
residence 48 hours prior to construction. The maximum duration of sewer service
interuption shall be one working day.
All work shall conform to the provisions of Section 306 of the
Standard Specifications and Section 24.19 of these special provisions except as
modified herein.
Full compensation for furnishing all labor materials, equipment
and tools to "remove and replace sewer laterals" shall be included in the unit
price paid per each sewer lateral.
D. Measurement and Pavment
Payment for storm drain pipe will be made at the contract unit
price per linear foot and shall include all costs of furnishing and installing
pipe, trenching, bedding, pipelaying, backfill and compaction, the abandonment
of existing storm drain pipe and structures, and all appurtenant work, complete
in place, including removal and replacement of existing pavement, improvements
and landscaping.
The contract lump sum or unit prices for the drainage structures
shall include all compensation for furnishing all labor and materials to con-
9M
' • •
struct all items as shown in details on the plans for the various locations
including excavation, backfill and compaction, access frames and covers, bulb or
face angles, protection bars, reinforcing steel, rounded entrances to inlet and
outlet pipes, local depressions and all appurtenances, complete in place.
' 24.16 ADJUST SEWER AND STORM DRAIN MANHOLES TO GRADE
Adjustment of manholes to grade shall conform to Subsections
' 301 -1.6, 301 -1.7, 302 -5.7 and 202 -1 of the Standard Specifications except as
modified herein.
All manholes to be adjusted shall be raised to the finish A.C.
surface. The frames and covers shall be kept free of tack coat and shall be
' thoroughly cleaned of both new and old pavement after being raised to grade.
The Contractor, at his option and expense, may replace the frames and covers in
kind in lieu of cleaning.
Full compensation for furnishing all labor, materials, tools and
equipment for "Adjust Sewer and Storm Drain Manholes to Grade" shall be included
in the unit price paid per manhole adjusted.
24.17 ADJUST EXISTING WATER METER, VALVE & PULL BOXES TO GRADE
This item of work shall include the adjustment to grade of street
' light and traffic signal pull boxes, water meter boxes, and valve boxes shown on
the plans to be adjusted.
All work shall be done in accordance with the applicable City of
' Newport Beach Standard Plan or as directed by the Engineer.
Payment for this item of work shall be deemed included in the
other items of work and no additional compensation will be made therefor.
24.18 CONSTRUCTION OF WATERLINES AND APPURTENANCES
A. General
' The Contractor shall furnish and install all pipe, fittings,
closure pieces, supports, bolts, nuts, gaskets, jointing materials, and appurte-
nances as shown and specified, and shall furnish and install all auxiliary pip-
ing and appurtenances as required for a complete and workable piping system.
All piping shall be adequately supported. Where details are shown, the supports
shall conform thereto and shall be placed as indicated; provided that support
' for all piping shall be complete and adequate regardless of whether or not sup-
porting devices are specifically called for on the drawings.
The Contractor shall expose all utilities and pipelines two hun-
t dred (200) feet in advance of the water main installation. Utilities, pipelines
and other substructure facilities indicated as existing, are shown diagramati-
cally and it is not to be inferred that the locations shown are precise. The
' Contractor shall coordinate with the various owners prior to excavation and
notify the Engineer of any variation from what is shown.
The Contractor's attention is directed to the existence of
hazardous underground utilities and pipelines, within the project areas, which
' include, but are not limited to, Electrical and Natural Gas pipeline.
B. Trenching Equipment - Limitations
' The Contractor shall utilize only rubber -tired type backhoes no
larger than a Case 780, or John Deere 510, or Ford 750 of equivalent approved by
the Engineer. Track - mounted backhoes or excavators shall not be permitted.
21
C. Asbestos - Cement Pressure Pipe (A.C.P.) and Fittings
Asbestos- cement pressure pipe shall conform in all respects to
AWWA C400 -80, and Section 207 -7 of the Standard Specifications. Installation of
asbestos- cement pipe shall conform to the requirements set forth in AWWA
' C603 -78.
All pipe and couplings shall be minimum Class 150 except at sewer
main crossings where Class 200 pipe shall be used or as otherwise shown on the
plans.
' All fittings for A.C. pipe shall be cast -iron or ductile -iron and
shall conform in all respects to AWWA C110 -82, C111 -80, C104 -80 and Section
207 -9 of the Standard Specifications. The fittings shall be anchored as shown
in Standard Drawing 506 -L and 510 -L.
D. Ductile -Iron Pipe and Fittings (D.I.P.)
Ductile -iron pipe and fittings shall be Class 51 with "Bell -Tite"
or "Tyton" joints as manufactured by Clow Corporation or U.S. Pipe and Foundry
Co. or approved equal and conform to the requirements set forth in Section 207 -9
of the Standard Specifications and shall have a minimum operating pressure of
350 psi. Installation of ductile -iron pipe and fittings shall conform to the
requirements set forth in AWWA C600 -82. All such pipe shall be cement mortar
lined in accordance with AWWA C -104.
Restrained joints, if required or if approved by Engineer for use
shall be 'TR -FLEX' as manufactured by U.S. Pipe and Foundry Company or
' 'Super- Lock', as manufactured by Clow Corporation, or an approved equal.
Fittings shall be rubber gasketed, mechanical joint ductile -iron
per AWWA C110 -82, C111 -80 and C104 -80. All such joints shall be made with
retainer glands. All nuts and bolts shall be "Cor -Ten" tee bolts as per ASTM
' A- 242 -81.
Flanged fittings and pipe joints, where specified, shall be in
conformance with AWWA Specifications C -115, latestest revision.
Polyethylene encasement is required for all buried ductile or
cast -iron pipe sections, and shall have a minimum thickness of 8 mils and shall
conform to the requirements of AWWA C105 -77.
' E. Service Laterals
Service laterals shall conform to Standard Drawings 502 -L and
'50J-L.
F. Installation
' At all times when the work of installing pipe is not in progress,
all openings into the pipe and the ends of pipe in the trenches shall be kept
tightly closed to prevent entrance of animals and foreign materials. The Con-
' tractor shall take all necessary precautions to prevent the pipe from floating
due to water entering the trench from any source, shall assume full responsibil-
ity for any damage due to this cause and shall at his own expense restore and
replace the pipe to its specified condition and grade if it is displaced due to
tloating. The Contractor shall maintain the inside of the pipe free from for-
eign materials and in a clean and sanitary condition until its acceptance by the
' Agency.
22
' • 0
' Trench widths for pipeline installation shall, unless otherwise
specified or directed by the Engineer, conform to the following limitations:
All Dimensions are in Inches
Nom. Minimum Width
Pipe Maximum Width at Spring Line
Size At Top of Pipe of Pipe
1" 24" 11"
2" 24" 11"
4" 29 1 811
6" 31" 1199"
8' 33" 21"
10" 36" 24"
12" 38" 26"
G. Tunneling
Unless directed otherwise, the Contractor shall tunnel under
existing pipelines and utilities located above the required grade for installa-
tion of the waterline. The Contractor shall carefully expose, protect, and
support pipelines and utilities crossing the trench.
Where tunnelling is required to cross beneath other existing
utility conduits, backfill material shall be 100% sand. It shall be placed and
compacted to the specified density. Sand backfill shall extend a minimum of 3
' feet laterally from the outside walls of the utility conduit crossed and up to
the spring line of same.
Where specified, and /or at the direction of the Engineer, the
Contractor may be required to tunnel beneath concrete cross gutter or curb and
' gutter sections. Where such tunnelling is required or is necessary, backfill
shall be a two -sack sand- cement slurry mixture and shall be placed 3 feet to
each side of the gutter section being crossed. At such crossings the water line
' shall be bedded with 100% sand. Refer to STD Drawing No. 106 -L.
The contract price to be paid for tunneling under existing
utilities as required for the installation of the water lines shall be included
in the unit price shown for installation of waterline.
H. Connections to Existing Mains
' Seventy -two (72) hours prior to making any connections to exist-
ing mains, the Contractor shall submit to the Engineer and the Water Department,
under whose jurisdiction the connection is to be made, a schedule and sequence
' of operations, so that appropriate measures may be taken to assure proper
operation of the system.
Where indicated on the Plans, connections shall be made under
pressure (HOT TAP) in accordance with Standard Drawing 507 -L.
' A dry connection to existing facilities shall be made at times
which have been scheduled with the Utilities Department and shall be planned in
such a manner that the duration of any shutdown will be kept to a minimum. No
additional compensation will be paid for overtime which may be necessary in
making the connection to the existing facilities. When a dry connection to the
existing main is made, about two (2) ounces of HTH shall be placed in the pipe
' at each point where the existing main is cut. All new pipe fittings at the con-
nection shall be swabbed internally with an approved chlorine solution. All
connections shall be made in the presence of the Inspector.
' 23
' Gate Valves - Gate valves shall equal or exceed the requirements
established by specifications of the American Water Works Association Standard
No. C- 509 -80. They shall be Clow, Kennedy 'Ken - Seal', Rich, or Mueller, resil-
ient seat gate valves.
installed in a
vault, shall be equipped with a
'
Unless otherwise specified,
The cost for corrections to existing mains
shall be included in
all internal
the price paid
for other items of work and an additional
compensation will be
discs on all
allowed.
Valves 12" diameter and larger may
In this case, the shaft shall be
be furnished
with cast iron discs with bronze facing. The cast bronze shall be
In no event shall the new pipelines be connected to existing
comprised of
facilities until
the new pipelines have been successfully
pressure tested and
zinc.
disinfected.
B -143 -A bronze containing less
than 10% zinc and
'
The City does not warranty the condition of
existing facilities.
'
It is the Contractor's sole responsibility to provide
acceptable pressure
'
testing at his
new installation.
be Brooks Products, Inc., valve
in vaults shall be provided with
1.
Valves
' Gate Valves - Gate valves shall equal or exceed the requirements
established by specifications of the American Water Works Association Standard
No. C- 509 -80. They shall be Clow, Kennedy 'Ken - Seal', Rich, or Mueller, resil-
The non - rising stem and stem nut shall be cast or forged bronze
containing less than 7 percent zinc and 2 percent aluminum by weight.
The valves shall be furnished with "0" ring seals, with rust-
' proof body and cover bolts conforming to ASTM A -307, with operating nut and
solid bronze stem nut conforming to ASTM B -62. The valve ends may be rubber
ring, hub, mechanical joint, or flanged and shall be as specified in the plans.
Rubber ring ends shall conform to the pipe manufacturer's specifications.
Valves installed at end of mains shall be capped or plugged.
Butterfly Valves - Butterfly valves shall meet or exceed the
' requirements established by the latest revision of AWWA C -504. Dresser 450,
Clow, Kennedy, Mueller 20OW, and Pratt Groundhog are examples of satisfactory
valves. Unless otherwise specified, they shall be manually operated valves with
ient seat gate valves.
installed in a
vault, shall be equipped with a
'
Unless otherwise specified,
all valves shall be furnished with
all internal
working parts manufactured of
cast bronze including solid bronze
Type 304 stainless steel unless
discs on all
sizes 10" diameter and smaller.
Valves 12" diameter and larger may
In this case, the shaft shall be
be furnished
with cast iron discs with bronze facing. The cast bronze shall be
comprised of
85 percent copper, 5 percent
tin, 5 percent lead, and 5 percent
fabricated from
zinc.
B -143 -A bronze containing less
The non - rising stem and stem nut shall be cast or forged bronze
containing less than 7 percent zinc and 2 percent aluminum by weight.
The valves shall be furnished with "0" ring seals, with rust-
' proof body and cover bolts conforming to ASTM A -307, with operating nut and
solid bronze stem nut conforming to ASTM B -62. The valve ends may be rubber
ring, hub, mechanical joint, or flanged and shall be as specified in the plans.
Rubber ring ends shall conform to the pipe manufacturer's specifications.
Valves installed at end of mains shall be capped or plugged.
Butterfly Valves - Butterfly valves shall meet or exceed the
' requirements established by the latest revision of AWWA C -504. Dresser 450,
Clow, Kennedy, Mueller 20OW, and Pratt Groundhog are examples of satisfactory
valves. Unless otherwise specified, they shall be manually operated valves with
' J. Couplings
Victaulic Couplings - Unless otherwise specified, victaulic
' couplings shall be designed for a water working pressure of not less than 150
psi. They shall be equipped with rubber gaskets for water service and shall be
24
an enclosed operator, and if
installed in a
vault, shall be equipped with a
'
handwheel and indicator.
Shafts shall be
fabricated from
Type 304 stainless steel unless
the shaft is isolated from the
line contents.
In this case, the shaft shall be
fabricated from COS -C -1018.
Discs shall be
fabricated from
Type 316 stainless steel or ASTM
B -143 -A bronze containing less
than 10% zinc and
2% aluminum. Cast iron or cast
steel discs will be permitted
if the mating seat surface is Type 316 stainless
'
steel.
Valve Boxes - Valve boxes shall
Box No. 4 TT or approved equal. Valves not
be Brooks Products, Inc., valve
in vaults shall be provided with
valve boxes.
' J. Couplings
Victaulic Couplings - Unless otherwise specified, victaulic
' couplings shall be designed for a water working pressure of not less than 150
psi. They shall be equipped with rubber gaskets for water service and shall be
24
' • •
' designed for use with pipe which has been banded and machined to the dimensions
of Class A shouldered -end ductile iron pipe. Bolts used in victaulic couplings
' shall be fabricated from alloy steel or ductile iron.
Sleeve -Type Couplings - Unless otherwise specified, all sleeve-
, type couplings shall be ductile iron with ductile iron bolts. Couplings shall
be Dresser Style 53, Rockwell Cast Couplings, or equal.
K. Thrust Blocks
Thrust blocks and anchor blocks shall be installed along all
mains where the direction of pipe changes 10 degrees or more, at fittings, at
stub ends and at all other locations shown on the plans in accordance with
Standard Drawing 510 -L.
Concrete for thrust blocks and anchor blocks shall be cured as
1 specified for "Pipe Bedding and Encasement" in the Concrete Class Use Table,
Section 201 of the Standard Specifications, prior to pressure testing or trench
backfilling.
L. Backfill and Densification - The compaction provisions of this
section are amended as follows: All trench backfill and bedding shall be
compacted to 90 percent minimum relative compaction.
M. Water Densified Backfill - Delete Subsection 306.1.3.3 of the
Standard Specifications. Water densified backfill, including flooding, will not
' be permitted, unless authorized by the engineer.
N. Water Pressure Test - The Contractor shall test all mains in the
' presence of the Engineer. Caulked joint pipe shall be center loaded and all
joints exposed during the test. Rubber gasket joints need not be exposed. The
test shall consist of holding the test pressure in each section of the main
tested for a period of two hours. The test pressure at the lower end of each
section of main tested shall be 225 psi unless otherwise specified. The water
necessary to maintain this pressure shall be measured through a meter or by
other means satisfactory to the Engineer. The leakage shall be considered the
amount of water entering the main during the test, less the measured leakage
through valves and bulkheads. Leakage shall not exceed 25 gallons per inch
diameter per mile per 24 hours. Noticeable leaks shall be repaired, any
defective pipe shall be replaced with new sections and shall be retested.
All labor, materials, tools and equipment for the testing shall
be furnished at the expense of the Contractor.
0. Disinfecting Water Mains - Water mains may be disinfected during
the leakage test, providing satisfactory means acceptable to the Engineer are
provided to protect against chlorine damage in case of a leak. Otherwise water
' mains shall be chlorinated and flushed after the Engineer's acceptance for
leakage and before connection to the existing system.
Chlorinated water shall be retained in the pipe line for at least
24 hours. After the chlorine - treated water has been retained for the required
' time, the chlorine residual at the pipe extremities and at other representative
points shall be at least 25 ppm. This procedure shall be repeated, if neces-
sary, until samples of water show the mains to be in a steril condition. Valves
' and other appurtenances shall be operated while the pipe line is filled with
chlorinated water.
25
All disinfecting procedures, unless otherwise specified, shall be
in accordance with the AWWA Standard C 601, "Standard for Disinfecting Water
Main."
24.19 CONSTRUCTION OF SEWERS AND APPURTENANCES
' A. Polyvinyl Chloride Plastic Pipe and Fittings (P.V.C.)
The Contractor shall furnish and install all pipe, fittings,
jointing materials, manholes and appurtenances as shown and specified for a
complete and workable piping system. All piping shall be adequately supported.
where details are shown, the supports shall conform thereto and shall be placed
as indicated; provided that support for all piping shall be complete and ade-
quate regardless of whether or not supporting devices are specifically called
for on the drawings.
P.V.C. pipe and fittings shall be as manufactured by Pacific
Western Pipe or approved equal and shall conform to the requirements set forth
in Section 207 -17 of the Standard Specifications.
B. Maintenance of Continuous Sewer System Service
The Contractor shall furnish all pumps, generators, piping,
' fittings and any other appurtenances that may be required in order to ensure
complete by- passing of sewage flow during the time the replacement sewer lines
are being constructed. The Contractor shall be responsible for ensuring this
by- passing for the duration of the construction period. The Contractor shall
submit a plan to the Engineer for his approval showing his method of by- passing
or plugging of flow prior to beginning any construction.
' C. Connections to Existing Facilities
All connections shall be made by the Contractor unless otherwise
' shown on the plans or specified herein. The Contractor shall give the City a
minimum of 48 hours notice prior to the time of any proposed connection.
Connections shall be made only in the presence or the Inspector, and no con-
' nection work shall proceed until the City has given notice to proceed. The
Contractor shall furnish all pipe and materials, including furnishing all labor
and equipment necessary to make the connections, all require excavation, back -
fill, pavement replacements, lights and barricades, and he may be required to
include a pumper truck, hose and fittings as part of his equipment for making
the connections.
The Inspector may postpone or reschedule any connection operation
if for any reason he feels that the Contractor is improperly prepared with
competent personnel, equipment, or materials to proceed with connection work.
If progress is inadequate during the connection operations to complete the
' connection in the time specified, the Inspector shall order necessary corrective
measures and all costs for same shall be paid by the Contractor.
The Contractor shall be responsible for determining in advance
the elevation of all existing pipelines to which connections are to be made.
' The contractor of all existing pipelines to which connections are to be made.
1 26
' The contractor is cautioned of potential danger involved with the work on
sewers. The Contractor shall not enter any City facility without: 1) Checking
' for explosive or toxic gases; 2) Approved safety harness with rope attached and
a minimum of two men outside to render assistance; 3) Adequate air blowers to
prevent injury from toxic or explosive gases.
' New connections to existing manholes wherein stubs have not been
provided or where existing stub was found to be broken, shall be made only by
core drilling through the walls and base. Prior to core drilling the Contractor
shall take the necessary precautions to prevent core drilling into the manhole
at the wrong elevation. Any error in core drilling shall be corrected by the
Contractor to the satisfaction of the Engineer.
After core drilling, the manhole shelf shall be removed where
required to form a channel with smooth transitions. All rough edges and over
removal shall be filled and smoothed using an approved epoxy grout. Care shall
be taken to prevent any debris from entering the sewer. All tools and materials
shall be tied securely with a rope at all times while in the manhole.
24.20 STREET LIGHTING
1 27
24.22
Street lighting work shall be in accordance with Section 307 of
the Standard
Specifications, these Special Provisions, and the details and notes
Upon completion and before making application for acceptance of
shown on the
plans. The unit prices paid per street light shall include the
'
cost of the
light standard, luminaire, and foundation, and all necessary work
by him
for a fully operational system and no additional compensation shall be allowed
therefor.
structures, and equipment, and all parts of the work and grounds occupied
'
include pull
The unit price paid for street lighting conduit and wiring, shall
boxes, excavation and backfill for the
applicable items of work as
Full compensation for conforming to the requirements of this
shown in the
Proposal and no additional compensation shall be allowed therefor.
'
24.21
DUST CONTROL
'
"Cleanup and
Standard Specifications.
Dust control shall conform to the provisions of Section 7 -8.1,
Dust Control," and Section 7 -8.2, "Air Pollution Control," of the
The Contractor has the option of utilizing water for dust control
'
or applying a
dust palliative both as set forth in these Specifications.
No separate payment will be made for
any work performed or mate-
rial used to
control dust resulting from the Contractor's performance of this
contract, either
inside or outside the right -of -way. Full compensation for such
'
dust control
will be considered as included in the prices paid for the various
items of work
involved and no additional compensation will be allowed therefor.
1 27
24.22
FINAL CLEAN UP
Upon completion and before making application for acceptance of
the work, the
Contractor shall clean all work areas, and all other grounds oc-
cupied
by him
in connection with the work of all rubbish, excess materials, tem-
porary
structures, and equipment, and all parts of the work and grounds occupied
by him
shall be left in a neat and presentable condition.
Full compensation for conforming to the requirements of this
article
shall
be considered as included in the contract bid prices paid for the
various
items
of work, and no additional compensation will be allowed therefor.
1 27
' 24.23 TRAFFIC SIGNAL DETECTION & FLASHER SYSTEM REPLACEMENTS
' A. General
The Contractor shall furnish all tools, equipment, materials,
supplies, and manufactured articles and shall perform all operations necessary
to modify existing and construct additional traffic signal detection facilities
as shown on the drawings and as specified herein.
B. Reference Specifications and Standard Plans
1. Standard Specifications - Except as modified herein, mate-
rials and installation shaTl conform to the State of California Standard Speci-
fications, July, 1984.
All references in this section to "Standard Specifications"
' shall be understood to be referenced to the California Standard Specifications.
2. Standard Plans - Except as modified herein, all references
in this section to 'StanStan aar _PTT ns" shall be understood to be referenced to the
California Standard Plans, July, 1984.
3. Codes, Ordinances, and Re ulations - All electrical mate-
' rials and equipment furnishe and insta a under this section shall conform
the references regulations and codes specified in Section 86 -1.02 of the Stan-
dard Specifications, and to all other ordinances and regulations of the author-
' ities having jurisdiction.
Whenever reference is made to the Code, Safety Orders, Gen-
eral Order or Standards, the reference shall be construed to mean the Code,
Order or Standard that is in effect on the date set for receipt of bids.
' C. Description
' Modifying traffic signal detection systems to replace the exist-
ing system at locations shown on the plans and payment therefor shall conform to
the provisions in Section 86, "Signals and Lighting," of the State of California
Standard Specifications (1984 Edition).
D. Guarantee
The Contractor shall guarantee the entire work constructed by him
under this contract and will fully meet all requirements as to quality of work-
manship and materials furnished by h The Contractor shall make, at his own
' expense, any repairs or replacements made necessary by defects in workmanship or
materials furnished by him that becomes evident within one (1) year after filing
of the Notice of Completion of the work and to restore to full compliance with
the requirements of these specifications, any part of the work which during the
' one (1) year period is found to be deficient with respect to any provision of
the plans and specifications. The Contractor shall make all repairs and
replacements promptly upon receipt of written orders from the Engineer. If the
rf
Contractor fails to make the repairs and replacements promptly, the City may do
the work and the Contractor and his surety shall be liable to the City for the
cost.
28
' • •
1 E. Detectors
' Detectors shall conform to the provisions in Section 86 -5, "De-
tectors," of the Standard Specifications and these Special Provisions.
The first paragraph of section 86- 5.OlA(4), "Construction Mate-
rials," of the Standard Specifications is amended to read:
Conductor for each inductive detector loop shall be
continuous, unspliced, Type RHW -USE neoprene - jacketed or
Type USE cross - linked polyethylene insulated, No. 12, solid
or stranded copper wire.
The Contractor shall test the detectors with a motor - driven
cycle, as defined in the California Vehicle Code, that is licensed for street
use by the Department of Motor Vehicles of the State of California. The unladen
' weight of the vehicle shall not exceed 220 pounds and the engine displacement
shall not exceed 100 cubic centimeters. Special features, components or vehi-
cles designed to activate the detector will not be permitted. The Contractor
' shall provide an operator who shall drive the motor - driven cycle through the
response or detection area of the detector at not less than 3 miles per hour nor
more than 7 miles per hour. The detector shall provide an indication in
response to this test.
' F. Payment
' The contract lump sum price for traffic signal detection systems
at each location as shown in the Proposal including removal and disposal of ex-
isting systeros shall be full compensation for all labor, materials, equipment
' and incidentals to provide a complete functioning traffic signal detection sys-
tem.
24.24 SIGNING, STRIPING AND PAVEMENT MARKERS
rA. Signing
' This work consists of sign removal, relocation of signs and
installation of new signs including posts and mounting hardware at the locations
as shown on the plans and as directed by the Engineer. All work shall be in
accordance with Section 56 of the State of California Standard Specifications
(July, 1984) and performed in conformance with the State of California Traffic
Manual and these special provisions.
Existing roadside signs and posts, at locations shown on the
' plans, shall be removed, relocated, disposed of, or salvaged as shown on the
plans or as directed by the Engineer.
Existing roadside signs shall rot be removed until replacement
' signs have been installed or until the existing signs are no longer required for
the direction of public traffic, unless otherwise directed by the Engineer.
Salvaged sign panels and /or posts shall be delivered to the main-
tenance facility of the City of Newport Beach. Contractor shall notify Engineer
at least 24 hours prior to delivery.
B. Striping
Paint for traffic striping and pavement marV.ings shall be either
rapid dry white conforming to State Specifications 711 -80 -195, or rapid dry yel-
' 29
' 0 •
1
low conforming to State Specification 711 -80 -198, in accordance with the color
stipulated on the plans or as directed by the Engineer.
Delete Paragraph 1 of Subsection 210- 1.6.5, "Reflective Materi-
al," for the Standard Specifications of Public Works Construction, and add the
following:
Reflective material shall consist of glass beads added
to the surface of each coat of paint prior to setting, so
that the beads will have proper adhesion. Special care
shall be taken with rapid dry paint and thermoplastic mate-
rial.
Delete Paragraph 1 of Subsection 310- 5.6.7, "Layout, Alignment
and Spotting," of the Standard Specifications for Public Works Construction, and
add the following:
t
The Contractor
spotting.
shall perform all layout,
alignment, and
The Contractor
shall be responsible for
the complete-
ness and accuracy
of all layout alignment
and spotting.
Traffic striping shall not vary more than 112
inch in 50
feet from the alignment shown on the plans. The Contractor
shall mark or otherwise delineate the new traffic lanes and
' pavement markings within 24 hours after the removal of the
existing striping and markings. No street shall be without
the proper striping over a weekend.
I
I
I�
I
LJ
I
Traffic stripes and pavement markings shall be removed from the
existing pavement as shown on the plans or as directed by the Engineer.
Traffic stripes, pavement markings and pavement markers shall be
removed to the fullest extent possible from the pavement by any method that does
not materially damage the surface or texture of the pavement or surfacing. Sand
or other material deposited on the pavement as a result of removing traffic
stripes, markings and markers shall be removed as the work progresses. Accumu-
lations of sand or other material which might interfere with drainage or might
constitute a hazard to traffic will not be permitted.
Traffic stripes and markers shall be removed before any change is
made in the traffic pattern, and before painting new stripes and markings.
Where blast cleaning is used for the removal of traffic stripes
and pavement markings or for removal of objectionable material, and such removal
operation is being performed within 10 feet of a lane occupied by public traf-
fic, the residue including dust shall be removed immediately after contact be-
tween the sand and the surface being treated. Such removal shall be by a vacuum
attachment operating concurrently with the blast cleaning operation.
Nothing in these Special Conditions shall relieve the Contractor
from his responsibilities as provided in Subsection 7 -10, "Public Convenience
and Safety," of the Standard Specifications for Public Works Construction.
Pavement Markers
Pavement markers shall conform to the provisions in Section 85,
"Pavement Markers," of the Standard Specifications of the State of California
(1984) and these Special Provisions.
Pavement markers shall be placed to the line established by the
Engineer, and as shown on the plans.
30
' • •
All additional work necessary to establish satisfactory lines for
markers shall be performed by the Contractor, including correction of minor
irregularities in the line established by the Engineer.
Section 84 -1.02, "Type of Markers," of the Standard Specifica-
tions is amended to read:
'
Pavement markers shall conform to one or more of the
following types:
Type A - Non - reflective White Markers
Type AY Non - reflective Yellow Markers
Type B 2 -Way Clear Reflective Markers
Type C - Red -Clear Reflective Markers
Type D 2 -Way Yellow Reflective Markers
'
_
Type G One -Way Clear Reflective Markers
Type H - One -Way Yellow Reflective Markers
Section 85 -1.03, "Sampling, Tolerances and Packaging,"
of the Standard Specifications is amended to read:
Pavement markers shall conform to the following samp-
ling, tolerance and packaging requirements:
(A) Sampling. Twenty markers selected at random will con -
stitute a representative sample for each lot consisting of
10,000 markers or less. Forty markers will constitute a
representative sample for lots consisting of more than
10,000 markers. The lot size shall not exceed 25,000 mark-
ers.
(B) Tolerances.
(1) Three test specimens shall be randomly selected
from the sample for each test except as noted in (2) below,
' and tested for compliance in accordance with these Speci-
fications. Should any one of the 3 specimens fail to comply
with the requirements of these Specifications, 6 additional
specimens will be tested. The failure of any one of these 6
specimens shall be cause for rejection of the entire lot or
shipment represented by the sample.
(2) The entire sample of reflective pavement markers
shall be tested for reflectance. The failure of 10 percent
or more of the original sampling shall be cause for
rejection.
(3) At the discretion of the Engineer, a resample may
be taken consisting of double the number of samples origi-
nally taken. Tolerances for resamples shall be in the same
ratio as specified above.
' (C) Packaging. Shipments shall be made in containers which
are acceptable to common carriers and packaged in such a
manner as to insure delivery in perfect condition. Any
' damaged shipments shall be replaced by the Contractor. Each
1 31
• •
package shall be clearly marked as to the name of the manu-
facturer, type, color, quantity enclosed, lot number, and
date of manufacture.
Section 85 -1.04, "Non- Reflective Pavement Markers," of
the Standard Specifications is amen,ied to read:
Types A and AY pavement markers shall consist of a
heat - fired, vitreous, ceramic base and a heat- fired, opaque,
glazed surface to produce the properties required in these
specifications. The markers shall be produced from any
suitable combination of intimately mixed clays, shales,
' talcs, flints, feldspars, or other inorganic material which
will meet the properties herein required. The markers shall
be thoroughly and evenly matured and free from defects which
' affect appearance or serviceability.
The bottom of the ceramic markers shall be free from gloss or
glaze and shall have a number of integrally formed protrusions approximately
0.050 -inch projecting from the surface in a uniform pattern of parallel rows.
Each protrusion shall have a fare parallel to the bottom of the
marker. The area of each parallel face shall be between 0.01 and 0.065 square
' inches and the combined area of these faces shall be between 2.2 and 4 square
inches.
The protrusions shall be circular in section.
' The number of protrusions should be not less than 50 nor more
than 200.
To facilitate forming and mold release, the sides of each pro-
trusion may be tapered. This taper shall not exceed 15 degrees from perpendicu-
lar to the marker bottom. Markers manufactured with protrusions whose diameter
is less than 0.15 -inch may have an additional taper not exceeding 30 degrees
from perpendicular to the marker bottom extending no more than one -half the
total height of the protrusion.
The overall height of the marker shall be between 0.68 and 0.80
inches.
The non - reflective pavement markers shall conform to the follow-
, ing finish and testing requirements:
(A) Finish. The top surface of the marker shall be convex and
the radius of curvature shall be between 2 -1/2 inches and 6 inches, except that
the radius of the 1/2 -inch nearest the edge may be less. Any change in curva-
ture shall be gradual, the top and sides shall be smooth and free of mold
marks, pits, indentation, air bubbles, or other objectionable marks or discol-
orations.
(B) Tests. All tests shall be performed in accordance with Test
Method No. Calif. 669.
Test Requirement
(1) Adhesive bond strength to bottom surface of the
' marker suing adhesive specified in Sections
95 -2.05, "Standard Set Epoxy Adhesive for
Pavement Marker," and 95 -2.04, "Rapid Set Epoxy
Adhesive for Pavement Markers." 700 psi min.
1 3 2
' The first and second paragraphs of Section 85 -1.06, "Placement,"
of the Standard Specifications are superseded by the following:
Rapid Set Type Adhesive shall be used to cement the
markers to the pavement.
A certificate of compliance indicating conformance with the
' California State Department of Transportation Standard Specifications and these
Special Provisions will be supplied to the Engineer prior to placing pavement
markers.
' Epoxy shall conform to the provisions in Section 95, "Epoxy," of
the Standard Specifications for the State of California (1975), and these Spe-
cial Provisions.
r
1 3 3
(2)
Glaze thickness
0.007" min.
(3)
hardless (Moh)
6 min.
(4)
Directional reflectance (Type A white markers only)
Glazed surface
75 min.
body of marker
65 min.
(5)
Yellowness index (Type A white markers
only)
Glazed surface
0.07 max.
'
Body of marker
0.12 max.
(6)
Color (Type AY yellow markers only)
Purity
76% to 90%
Dominant wave length
579 to 585 mu
Total luminous reflectance
(Y value) 0.41 min.
(7)
Autoclave resistance
Glaze shall not
spall, craze or peel
'
(8)
Strength
1,5000 lbs. min.
(9)
Water absorption
2.0% max.
'
The following paragraphs are added between the second and third
paragraphs
of Section 85 -1.05, "Reflective
Pavement Markers," of the Standard
Specifications.
The reflective lens shall
not contain any voids or air
space and the back of the lens
shall be metallized.
The shell shall be fabricated
in a manner that will
provide a mechanical interlock
between the thermosetting
compound and the shell. The
thermosetting compound shall
'
bond directly to the backside
of the metallized lens sur-
face.
' The first and second paragraphs of Section 85 -1.06, "Placement,"
of the Standard Specifications are superseded by the following:
Rapid Set Type Adhesive shall be used to cement the
markers to the pavement.
A certificate of compliance indicating conformance with the
' California State Department of Transportation Standard Specifications and these
Special Provisions will be supplied to the Engineer prior to placing pavement
markers.
' Epoxy shall conform to the provisions in Section 95, "Epoxy," of
the Standard Specifications for the State of California (1975), and these Spe-
cial Provisions.
r
1 3 3
' • •
In Section 95 -2.01, "Binder (Adhesive), Epoxy Resin Base," (State
Specification 741 - 80.28), Section 95 -2.04, "Rapid Set Epoxy Adhesive for Pave-
ment Markers," (State Specification 741- 80 -42), and Section 95 -2.05, "Standard
' Set Epoxy Adhesive for Pavement Markers," (State Specification 741- 80 -44) of the
Standard Specifications, the footnote describing talc is amended to read:
LJ
J
1) Due to the scale of drawings, it is not possible to indicate all
offsets, fittings, sleeves, etc. which may be required. Carefully investigate
the structural and finished conditions affecting all work and plan work accord-
ingly, furnishing such fittings, etc. as may be required to meet such condi-
tions. Drawings are generally diagrammatic and indicative of the work to be
installed. Install the work in such a manner as to avoid conflicts between
irrigation systems, planting, and architectural features.
34
Specific Gravity 2.68 to 2.86
Oil Absorption, ASTM D281 26 to 33
PH 8.9 to 9.6
Hegman Rating 3 to 5
Particle Shape Platey
Maximum Particle Size, microns 55
Percent Passing U.S. No. 325
sieve, minimum 99
Dry Brightness, minimum 93
'
D.
Payment
The contract lump sum price paid for signing, striping, pavement
marking and
pavement markers shall include full compensation for furnishing
labor, materials, tools, equipment and incidentials to 1) remove, relocate,
install new
and existing signs including posts and mounting hardware; 2) remove
existing and
paint new striping and pavement markings and; 3) remove and install
pavement markers
including adhesives as shown on the plans, as stated in these
'
special provisions
and as directed by the Engineer.
24.25
MEDIAN LANDSCAPE IRRIGATION SYSTEM
A.
General
Furnish all labor, materials, equipment, appliances and necessary
incidentals
for the complete installation of all landscape irrigation system as
shown on the
drawings and in accordance with the provisions of Subsections 212 -2
'
and 308 -5 of
the Standard Specifications except as modified herein.
Explanation of drawings:
LJ
J
1) Due to the scale of drawings, it is not possible to indicate all
offsets, fittings, sleeves, etc. which may be required. Carefully investigate
the structural and finished conditions affecting all work and plan work accord-
ingly, furnishing such fittings, etc. as may be required to meet such condi-
tions. Drawings are generally diagrammatic and indicative of the work to be
installed. Install the work in such a manner as to avoid conflicts between
irrigation systems, planting, and architectural features.
34
' 2) Provide all work called for on the drawings by notes or details
whether or not specifically mentioned in the specifications.
3) Do not wilful ly instal l the irrigation system as shown on the
drawings when it is obvious in the field that obstructions, grade differences
or discrepancies in area dimensions exist that might not have been considered
in engineering. Such obstructions or differences should be brought to the
attention of the Engineer. Assume full responsibility for any revision
i necessary if notification is not performed.
B. Submittals
Material List:
1) Furnish the articles, equipment, materials, or processes
' specified by name in the drawings and specifications. No substitution will be
allowed without prior written approval by the Engineer.
2) Submit a complete material list prior to performing any work.
Include in the material list the manufacturer, model number and description of
all materials and equipment to be used.
3) Equipment or materials installed or furnished without prior
approval of the Engineer may be rejected and the Contractor required to remove
' such materials from the site at his own expense.
4) Approval of any item, alternate or substitute indicates only
that the product or products apparently meet the requirements of the drawings
' and specifications on the basis of the information or samples submitted.
5) Manufacturer's warranties do not relieve the Contractor of his
liability under the guarantee. Such warranties only supplement the guarantee.
Record Drawings:
1) Provide and keep up to date a complete record drawings set of
blue line ozalid prints which shall be corrected daily and show every change
from the original drawings and specifications and the exact 'as- built'
' locations, sizes, and kinds of equipment. Prints for this purpose may be
obtained at Contractor's expense from the Engineer. Keep this set of drawings
on the site and use only as a record set.
2) Record drawings will be used as work progress sheets and basis
' for measurement and payment for work completed. Make neat and legible
annotations thereon daily as the work proceeds, showing the work as
actually installed. Make these drawings available at all times for inspection
' and keep in a location designated by the Engineer.
3)Before the date of the final inspection, transfer all
information from the record drawings to a sepia mylar, procured at the
Contractor's expense from the Engineer with Owner's approval. Indicate work
legibly in ink and submit to the Engineer for approval prior to making
controller charts.
4) Dimension from two (2) permanent points of reference, building
corners, sidewalk, or road intersections, etc., the location of the following
items:
(a) Connection to existing water lines.
' (b) Connection to existing electrical power.
(c) Gate valves.
(d) Routing of sprinkler pressure lines (dimension max. 100 ft.
along routing.)
-35-
I
' (e) Sprinkler control valves.
(f) Routing of control wiring.
' (g) Quick coupling valves.
(h) Other related equipment as directed by the Engineer.
5) On or before the date of the final inspection, deliver the
corrected and completed sepias to the Engineer. Delivery of the sepias will
' not relieve the Contractor of the responsibility of furnishing required
information that may be omitted from the prints,
Controller Charts:
1) Obtain approval of the record drawings from the Engineer before
controller charts are prepared.
2) Provide one controller chart for each controller supplied.
' 3) Show areas controlled by the automatic controller on the chart.
4) The chart is to be a 50% reduced drawing of the actual as -built
system. Enlarge to a size that will be readable in the event the controller
sequence is not legible when the drawing is reduced.
' 5) Provide a chart that is a blackline or blueline ozalid print and
use a different color to indicate the area of coverage for each station.
6) When completed and approved, hermetically seal the chart between
two pieces of plastic, each piece being a minimum of 10 mils.
7) Prior to final inspection of the irrigation system complete
charts and obtain approval.
' Operation and Maintenance Manuals: Prepare and deliver to the
Engineer within ten calendar days prior to completion of construction, two hard
cover binders with three rings containing the following information:
1) Index sheet stating Contractor's address and telephone number,
' list of equipment with name and addresses of local manufacturer's
representative.
2) Catalog and parts sheets on every material and equipment
installed under this contract.
3) Guarantee statement.
4) Complete operating and maintenance instruction on all major
equipment.
5) In addition to the above mentioned maintenance manuals, provide
the Owner's maintenance personnel with instructions for major equipment and
show evidence in writing to the Engineer at the conclusion of the project that
' this service has been rendered.
Equipment to be furnished:
1) Supply as a part of this contract the following tools:
' (a)Two sets of special tools required for removing,
disassembling and adjusting each type of sprinkler and valve supplied on this
project.
' (b) Two five foot long valve keys for operation of gate valves.
(c) Two keys for each automatic controller.
(d) Six quick coupler keys and matching hose swivels for each
type of quick coupling valve installed.
2) Turn over the above mentioned equipment to the City at the
conclusion of the project. Before final inspection can occur, evidence that
the City has received material must be shown to the Engineer.
' C. Job Conditions
Verification of Existing Conditions:
-36-
i • 0
1) Visit the site to determine existing conditions, including
access to the site and the nature and extent of existing improvements upon
adjacent public and private property. Nature of materials to be encountered
and other factors that may affect the work of this section.
' 2) Additional compensation resulting from the alleged ignorance of
local conditions, and their effect upon the cost of the work will not
subsequently be approved.
Protection:
1) Protect the Owner's property from injury or loss. Repair at
Contractor's expense all damage to existing property (buildings, utilities,
etc.,) or planting (trees, shrubs, lawn or ground cover) caused during
operation or as a result of malfunction of installed work during the guarantee
period.
2) Cause minimum interference with workmen, materials, or other
equipment of other trades on the project.
Do not begin irrigation work until all construction adjacent to
the areas has been completed unless otherwise directed.
Apply for and secure all required permits.
Handling of PVC Pipe and Fittings: The Contractor is cautioned
to exercise care in handling, loading, unloading, and storing of PVC pipe and
fittings. Transport all PVC pipe in a vehicle which allows the length of pipe
to lie flat so as not to subject it to undue bending or concentrated external
load at any point. Replace any section of pipe that has been dented or
damaged.
D. Guarantee
' Submit guarantee for the sprinkler irrigation system in
accordance with the attached form. File the general conditions and
supplementary conditions of these specifications with the Owner or Engineer
prior to acceptance of the irrigation system.
Include a copy of the guarantee form in the operations and
maintenance manual.
Retype the guarantee form onto Contractor's letterhead and
' contain the following information:
GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM
' We hereby guarantee that the sprinkler irrigation system we have
furnished and instal led is free from defects in materials and
workmanship, and the work has been completed in accordance with
the drawings and specifications, ordinary wear and tear and
unusual abuse, or neglect excepted. We agree to repair or
replace any defects in material or workmanship which may develop
during the period of one year from date of acceptance and also
to repair or replace any damage resulting from the repairing or
replacing of such defects at no additional cost to the Owner.
Repairs or replacements will be made within a reasonable time,
as determined by the Owner, after receipt of written notice. In
the event of our fai lure to make such repairs or replacements
within a reasonable time after receipt of written notice from
-37-
the Owner, we authorize the Owner to proceed to have said
repairs or replacements made at our expense and we will pay the
costs and charges therefrom upon demand.
Project
Location
Signed:
Address:
Phone:
Date of Acceptance:
rE. PRODUCTS
Use only new materials of brands and types noted on drawings,
specified herein, or approved equals.
PVC Pressure Main Line Pipe and Fittings:
Two inch and larger pressure main line piping: PVC Class 315.
Pipe: NSF approved typed I, grade I, PVC compound conforming to
ASTM resin specification D1784, meeting requirements as set forth in Federal
Specification PS- 22 -7 -, with an appropriate standard dimension (S.D.R.).
' (Solvent weld)
One and one half inch or smaller pressure main line piping: PVC
schedule 40.
Pipe: NSF approved typed I, grade I, PVC compound conforming to
ASTM resin specification D1785, meeting requirements as set forth in Federal
Specification PS -21 -70 with an appropriate standard dimension (S.D.R.).
(Solvent weld)
' PVC solvent weld fittings: Schedule 40, 1 -2, II -1 NSF approved
conforming to ASTM test procedure D2466.
Solvent cement and primer: For PVC solvent weld pipe and
' fittings as prescribed by the manufacturer.
All PVC pipe must bear the following markings:
1) Manufacturer's name.
2) Nominal pipe size.
3) Schedule or class.
4) Pressure rating in P.S.I.
5) NSF (National Sanitation Foundation) approval.
' 6) Date of extrusion.
All fittings must bear the manufacturer's name or trademark,
material designation, size, applicable I.P.S. schedule and NSF seal of
approval.
PVC Non - Pressure Lateral Line Piping:
Lateral line piping: PVC class 200 with solvent weld joints.
Pipe: NSF approved, type I, grade II PVC compound conforming to
' ASTM resin specification D1784, meeting requirements set forth in Federal
1 -38-
Specification PS -22 -70 with an appropriate standard dimension ratio (S.D.R.).
Except as noted in paragraph A and B of Section 2.03, meet al l
requirements for solvent weld pressure mainline pipe and fittings as set forth
in Section 2.02 of these specifications.
' Brass pipe and fittings:
Pipe: Red brass screwed conform to Federal Specification
#WW -P -351.
' Fittings: Red brass conforming to Federal Specifications
#WW -P -460.
Galvanized Pipe and Fittings:
Pipe: Galvanized steel ASA schedule 40 mild steel screwed.
' Fittings: Medium galvanized screwed beaded malleable iron and
galvanized merchant coupling.
Paint all galvanized pipe and fittings installed below grade
' with two coats of Koppers #50 Bitumastic.
Quick Coupling Valves:
Brass one or two piece body designed for working pressure of 150
P.S.I. operable with quick coupler with key size and type as shown on plans.
' Install six to twelve inches from nearest adjacent paved area.
Gate Valves:
Bronze gate valve: 125 lb. SWP with screw -in bonnet, nonrising
stem and solid wedge disc with threaded ends and a bronze handwheel.
Manufactured by Nibco or approved equal.
Control Wiring:
' Connect between the automatic controllers and the electric control
valves with direct burial copper wire AWG -UF 600 volt. Use different color
pilot wires for each automatic controller. Use white common wires with a
different color stripe for each automatic controller. Install in accordance
with valve manufacturer's specifications and wire chart. Do not use wire size
less than #14.
Place wiring in same trench and along the same route as pressure
supply or lateral lines wherever possible.
Tape wires together at intervals of ten feet where more than one
wire is placed in a trench.
Provide an expansion curl within three feet of each wire
connection. Provide expansion curl with sufficient length at each splice
connection at each electric control, so that in case of repair, the valve
bonnet may be brought to the surface without disconnection of the valve wires.
' Lay loosely control wires in trench without stress or stretching of control
wire conductors.
Make all splices with Scotch -Lok #3576 connector sealing packs,
' Rainbird Snap -Tite wire connector, or approved equal. Use one splice per
connector sealing pack.
Do not allow field splices between the automatic controller and
electrical control valves without prior approval of the Engineer,
Check Valves:
Swing check valves 2 in. and smaller: Bronze construction 200
lb. W.O.G. with replaceable composition, neoprene or rubber disc and meet or
' exceed Federal Specification WW- V -51D, Class A. Type IV.
Anti -drain valves: Heavy duty virgin PVC construction with
F.I.P. thread inlet and outlet, stainless steel and neoprene. Internal parts
-39
' and field adjustable against drawout from 5 to 40 feet of head. Provide Valcon
'ADV' or approved equal.
Automatic controllers: Size and type shown on the plans.
Obtain Engineer's approval of final location of automatic
controllers.
The 120 volt electrical power to the automatic controller
location will be furnished by others. Provide final electrical hook -up.
' Electric control valves: Same manufacturer as the automatic
controllers.
Provide electrical control valves with a manual flow adjustment.
Provide and install one control valve box for each electric
control valve.
Backflow prevention units: provide size and type indicated on
the irrigations drawings,
' Provide Wye strainers at backf low prevention units with a 125
lb, flanged cast iron with 30 mesh monel screen and similar to Bailey #100A or
approved equivalent.
Control Valve Boxes:
Use 10" x 10 1/4" round valve box with PVC -6" minimum extension
sleeve and bolt down cover for gate valves, Carson Industries 910 -126 or
approved equivalent.
Use 9 -1/2" x 16 x 11" rectangular box for all electrical control
valves, Carson Industries 1419 -12B with green bolt down cover embossed with
controller and valve station numbers or approved equivalent.
Sprinkler heads: Provide same size, type, and deliver the same
rate of precipitation with the diameter (or radius) of throw, pressure and
discharge as shown on the plans and /or specified in these special provisions.
' Provide spray heads with a screw adjustment.
Provide riser units in accordance with the details shown on the
plans.
Provide riser nipples of the same size as the riser opening in
the sprinkler body.
Provide sprinkler heads of the same type from the same
manufacturer.
F. EXECUTION
All scaled dimensions are approximate. Check and verify all
site dimensions and receive Engineer's approval prior to proceeding with work
under this section.
Exercise extreme care in excavating and working near existing
' utilities. Repair at Contractor's expense damages to utilities which are
caused by his operations or neglect. Check existing utilities drawings for
existing utility locations.
' Coordinate installation of sprinkler irrigation materials,
including pipe, so there shall be no interference with utilities or other
construction or difficulty in planting trees, shrubs, vines, and ground covers.
Backfilling:
' 1) Do not backfill the trenches until all required tests are
performed. Carefully backfill trenches with the excavated materials approved
for backfil ling, consisting of earth, loam, sandy clay, sand, or other approved
-40-
materials, free from large clods of earth or stones. Mechanically compact the
backfill in planting areas to a dry density equal to adjacent grades without
dips, sunken areas, humps or other surface irregularities.
2) A fine granular material backfill will be initially placed on
all lines. No foreign matter larger than 112 in, in size will be permitted in
the initial backfill.
3) Flooding of trenches will be permitted only with approval of
' Engineer.
4) Make all required adjustments without cost to the Owner if
settlement occurs and subsequent adjustments in pipe, valves, sprinkler heads,
lawn or planting, or other construction are necessary.
' Trenching and Backfill Under Paving:
1) Backfill trenches located under areas where paving, asphaltic
concrete or concrete will be installed with sand - a layer 6 in. below the pipe
' and 3 in. above the pipe - and compacted in layers to 95% compaction, using
manual or mechanical tamping devices. Compact trenches for piping to equal the
compaction of the existing adjacent undisturbed soil and leave in a firm
' unyielding condition. Leave all trenches flush with the adjoining grade. Set
in place, cap and pressure test al 1 piping under paving prior to the paving
work.
2) Generally, piping under existing walks is done by jacking,
boring or hydraulic driving, but where any cutting or breaking of sidewalks
and /or concrete is necessary replace work as part of the contract cost. Obtain
permission to cut or break sidewalks and /or concrete from the Engineer. No
hydraulic driving will be permitted under concrete paving.
3) Provide for a minimum cover of 18" between the top of the pipe
and the bottom of the aggregate base for all pressure and non - pressure piping
installed under asphaltic concrete paving.
' Assemblies:
1) Routing of sprinkler irrigation lines as indicated on the
drawings is diagramatic. Install lines (and various assemblies) in such a
' manner as to conform with the details per plans.
2) Install no multiple assemblies on plastic lines. Provide each
assembly with its own outlet.
' Carefully check all grades to satisfy yourself that you may
safely proceed before starting work in the sprinkler irrigation system.
G. Preparation
' Physical Layout:
1) Prior to installation, stake out all pressure supply lines,
' routing and location of sprinkler heads.
2) Obtain approval of layout from Engineer prior to installation.
Water Supply:
1) Connect the sprinkler irrigation system to water supply points
of connection as indicated on the drawings.
2) Make connections at approximate locations as shown on drawings.
Contractor is responsible for minor changes caused by actual site conditions.
' Electrical Supply:
1) Make electrical connections from automatic controller to
electrical points of connection as indicated on the drawings.
' -41
i
0
' 2) Make connections at approximate locations as shown on drawings.
Contractor is responsible for minor changes caused by actual site conditions.
1 H. Installation
Trenching:
1) Dig trenches straight and support pipe continuously on bottom of
' trench. Lay pipe to an even grade. Follow layout indicated on drawings and as
noted with trenching excavations.
2) Provide for a minimum cover of 24" for all pressure main line
' piping 4 in. and larger and for a minimum cover 18" for all pressure main line
piping 3 in, and smaller.
3) Provide for a minimum cover of 12" for all non - pressure lines.
4) Provide for a minimum cover of 18" for all control wiring.
5) Provide for a minimum cover of 8" for all emitter flex hose.
6) Install all assemblies specified herein in accordance 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.
7) Thoroughly clean PVC pipe and fittings of dirt, dust and
' moisture before installation. Follow installation and solvent welding methods
recommended by the pipe and fitting manufacturer.
8) On PVC to metal connection, work the metal connections first.
Use teflon tape or approved equivalent on all threaded PVC to PVC, and on all
threaded PVC to metal joints. Light wrench pressure is all that is required.
Where threaded PVC connections are required, use threaded PVC adaptors into
which the pipe may be welded.
Line Clearance: Provide a minimum clearance of 6 in. from each
other and from lines of other trades. Do not install parallel lines directly
over one another.
' Automatic Controller: Install in accordance with manufacturer's
instructions. Connect remote control valves to controller in numerical
sequence as shown on the drawings.
High Voltage Wiring for Automatic Controller:
1) Provide 120 volt power connection to the automatic controller.
Remote Control Valves: Install where shown on drawings and
details. When grouped together, allow at least 12 in, between valves. Install
each remote control valve in a separate valve box.
Flushing of System:
1) After all new sprinkler pipe lines and risers are in place and
connected, all necessary diversion work has been completed, and prior to
installation of sprinkler heads, open control valves and flush out the system
with a full head of water.
2) Install sprinkler heads only after flushing of the system has
' been accomplished to the complete satisfaction of the Engineer.
Sprinkler Heads:
1) Install the sprinkler heads as designated on the drawings or
' approved equivalent.
2) Spacing of heads shall not exceed the maximum indicated on the
drawings or as recommended by the manufacturer.
-42-
I '
•
I. Temporary Repairs
The
Owner reserves
the right to make temporary i s
necessary to keep
the sprinkler
equipment in operating condition. The
'
Contractor is not
relieved of his
responsibilities under the terms of the
guarantee as herein
specified, if the
Owner exercises this right.
J. Field Quality Control
Adjustment Of The System:
' 1) Flush and adjust all sprinkler heads for optimum performance and
to prevent overspray onto walks, roadways, and buildings as much as possible.
2) If it is determined that adjustments in the irrigation equipment
will provide proper and more adequate coverage, make such adjustments prior to
planting. Adjustments may also include changes in nozzle sizes and degrees of
arc as required.
3) Within ten days after notification by Engineer lower raised
sprinkler heads.
4) Set all sprinkler heads perpendicular to finished grades unless
otherwise designated on the plans.
Testing Of Irrigation System:
' 1) Request the presence of the Engineer in writing at least 48
hours in advance of testing.
2) Test all pressure lines under hydrostatic pressure of 150 lbs.
' per sq. inch and prove watertight.
NOTE: Test pressure main lines prior to installation of
electric control valves.
' 3) Test all piping under paved areas under hydrostatic pressure of
150 lbs, per sq. inch, and proved watertight, prior to paving.
4) Sustain pressure in lines for not less than two hours. If leaks
develop, replace joints and repeat test until entire system is proven
' watertight.
5) Make all hydrostatic tests only in the presence of the
Engineer. Do not backfill any pipe until it has been inspected, tested and
' approved in writing.
6) Furnish necessary force pump and all other test equipment.
7) When the sprinkler irrigation system is completed, perform a
coverage test in the presence of the Engineer, to determine if the water
coverage for planting areas is complete and adequate. Furnish all materials
and perform all work required to correct any inadequacies of coverage due to
deviation from plans, or where the system has been willfully installed as
' indicated on the drawings when it is obviously inadequate, without bringing
this to the attention of the Engineer. Accomplish test before any ground cover
is planted.
' 8) Upon completion of each phase of work, test the entire system
and adjust to meet site requirements,
' K. Maintenance
Operate entire sprinkler irrigation system under full automatic
operation for a period of seven days prior to any planting and for sixty days
after inspection to begin maintenance period.
-43-
11
• •
I The Engineer reserves the right to waive or shorten the
operation period.
L. Clean -Up
Clean up each portion of work as it progresses. Remove refuse
and excess dirt from the site. Broom or wash down al l walks and paving and
' repair to original condition any damage sustained on the work of others.
M. Final Inspection Prior To Acceptance
Operate each system in its entirety for the Engineer at time of
final inspection. Rework any items deemed not acceptable by the inspector to
the complete satisfaction of the Engineer.
Show evidence to the Engineer that the Owner has received all
accessories, charts, record drawings, and equipment as required before final
inspection can occur.
' N. Inspection Schedule
' Notify the Engineer in advance for the following inspections,
according to the time indicated:
1) Pre -job conference - 7 days.
2) Pressure supply line installation and testing - 48 hours.
3) Automatic controller installation - 48 hours.
4) Control wire installation - 48 hours.
5) Lateral line and sprinkler and emitter installation - 48 hours.
' 6) Coverage Test - 48 hours.
7) Inspection to begin maintenance period - 7 days.
8) Final inspection - 7 days.
' When inspections have been conducted by other than the
Engineer, show evidence of when and by whom these inspections were made.
No inspection will commence without record drawings. Reimburse
the Engineer at the rate of two and one -half times the normal office hourly
' rate per hour portal to portal (plus transportation costs) for the
inconvenience in the event the Contractor calls for an inspection without
record drawings, without completing previously noted corrections, or without
preparing the system for inspection. No further inspections will be scheduled
until this charge has been paid.
0. Payment
Full compensation for conforming to the requirements of this
article shall be Considered as included in the contract lump sum price paid
for landscape irrigation, and no additional compensation will be allowed therefor.
24.26 MEDIAN LANDSCAPE PLANTING
A. General
Furnish all labor, materials
-44-
equipment, appliances and
necessary incidentals for the complete installation of all landscape planting
as shown on the drawings and in accordance with the provisions of Subsections
212 -1 and 308 of the Standard Specifications except as modified herein.
B. Quality Assurance
Perform sampling and laboratory testing through Soil and Plant
Laboratory, Inc., 1534 S. Trotter Avenue, P.O. Box 11744, Santa Ana, California
92711 (714) 558 -8333 and pay for testing.
After rough grading has been completed, analyze existing on -site
soil.
1) Sample two areas on the site. Eight core samples are to be
taken from each sampling area and analyzed for suitability and fertility.
Perform soils analysis of wood residual organic amendment prior
to backfill.
1) Submit one quart of wood residual organic amendment for organic
analysis.
' Perform organic suitability and fertility analyses of soil
preparation areas and on -grade backfill mix areas after the completion of
planting to assure all specified amendments have been provided. Take ten
random samples of soil preparation areas and five random samples of backfill
1 mix areas.
Supplement Contractor's guarantee with manufacturer's
warranties /guarantees but they will not relieve the Contractor of his
liability.
C. Submittals
Furnish the articles, equipment, materials, or processes
specified by name in the drawings and specifications. Do not substitute
without written approval by the Engineer.
' Furnish a certificate of delivery slip with each delivery of
material in containers or in bulk. State source, quantity, or weight, type and
analysis and date of delivery on certificate. Deliver all certificates to the
Engineer.
Submit complete materials list prior to performing any work.
Include the manufacturer, model number and description of all materials to be
used.
Materials installed or furnished without prior written approval
of the Engineer may be rejected and the Contractor required to remove such
materials from the site at his own expense.
Approval of any item, alternate or substitute indicates only
that the product or products apparently meet the requirements of the drawings
and specifications on the basis of the information or samples submitted.
D. Job Conditions
Visit the site to determine existing conditions, including
' access to the site and the nature and extent of existing improvements upon
adjacent public and private property, nature of materials to be encountered,
and other factors that may affect the work of this section.
-45-
Additional compensation resulting from the alleged ignorance of
local conditions, and their affect upon the cost of the work will not
subsequently be approved.
Protect the Owner's property from injury or loss. Repair at
` Contractor's expense all damage to existinc; property (buildings, utilities,
etc.) or planting (trees, shrubs, lawn or ground cover) caused during operation
or as a result of malfunction of installed work during the guarantee period.
Cause minimum interference with workmen, materials, or other
equipment or other trades on the project.
Do not begin landscape work until all construction adjacent to
' the planting areas has been completed and until the irrigation systems have
been installed and approved by the Engineer and the Owner's designated
representative.
Apply for and secure all required permits.
E. Guarantee
' Submit a written guarantee on Contractor's letterhead in
compliance with the requirements of this section. Agree that the landscape
planting has been completed in accordance with the drawings and specifications.
Agree to repair or replace any defects in material or workmanship which may
develop during the period of one year from date of acceptance and also to
repair or replace any damage resulting from the repairing or replacing of such
defects at no additional cost to the Owner. Make repairs or replacements
within a reasonable time, as determined by the Owner, after receipt of written
notice. In the event of failure to make repairs or replacements within a
reasonable time after receipt of written notice from the owner, authorize the
Owner to proceed to have repairs or replacements made at Contractor's expense
and pay the costs and charges therefore upon demand.
Guarantee trees for one year after final acceptance. Replace
shrubs, vines and ground covers that die within the guarantee period or which
are not healthy and vigorous.
Guarantee shrubs, vines and ground covers for six months after
final acceptance. Replace trees that die within the guarantee period or which
' are not healthy and vigorous.
Any trees or other plant materials that die back and lose the
form and size as originally specified shall be replaced even though they have
I taken root and are growing after the die back and have received normal care and
maintenance.
When notified by the Owner, remove and replace al 1 guaranteed
plant materials which for any reason fail to meet requirements of guarantee
with plants that meet the same specifications as required for original
plantings and guarantee as originally specified.
' F. Products
Wood Residual Organic Amendment: Derived from redwood, fir or
' cedar sawdust of standard quality impregnated with 1% nitrogen.
1
M,
' 1) Particle size, dry weight basis:
Percent Passing Sieve Size
95 -100 6.35 mm (1/4 in.)
80 -100 2.38 mm (no. 8, 8 mesh)
0 -30 500 micron (no. 35, 32 mesh)
2) Organic content as determined by ash analysis: Minimum 947
based on dry weight.
3) Chemistry:
(a) Minimum 0.87 nitrogen based on dry weight.
(b) Minimum 0.08% dilute acid soluble iron based on dry weight.
(c) Salinity shall not exceed 3.5 millimhos per centimeter as
measured in the saturation extract.
Commercial fertilizers: 16 -6 -8, 12- 12 -12, and 17 -13 -5, complete
fertilizers.
' Ferrous iron sulphate: First quality commercial grade.
Agricultural gypsum: First quality commercial grade.
Root hormone: "Super Thrive" or approved equal.
Lawn Materials:
Hydraulic Seeding:
1) Seed: Fresh, clean, new crop seed, premixed by mechanical mixer
to proportions specified. Minimum purity and germination as follows:
Proportion Purity Germination
Marathon Fescue 507 957 907
Olympic Fescue 257 957 907
Houndog Fescue 257 957 907
2) Wood cellulose fiber: First quality commercial grade.
3) Soil stabilizer: Ecology Controls M- Binder. Spread at a rate
of 80 1 bs. per one acre.
4) Fertilizer: 17 -13 -5 urea formaldehyde first quality commercial grade.
5) Deliver to the Engineer: Dealer's guarantee statement of
composition and percent of purity of seed mixed by dealer.
Drainage Materials:
Drainage course in recessed tot lot shall be clean, coarse 3/8
inch to 3/4 inch diameter gravel, 5 inch deep layer unless otherwise noted on
details.
Synthetic fiber membrane cover over drainage course shall be
Woven Synthetic Fabrics, style - 5184319 as manufactured by Chicopee
Manufacturing Company, and available at Jacobs Bros., 25311 Avenue Stanford,
Valencia, California 91355; (213) 780 -9154. California or equivalent.
Drain Pipe shall be 4 inch 'NDS' styrene perforated PVC drain
pipe with 4 inch clean out plug and 4 inch S &T styrene female adapter in tot
lot sand area.
Drain pipe beyond sand area shall be 4 inch 'NDS' styrene solid
PVC drain pipe or equivalent.
Deep Root Barrier-
-47-
' Deep rooicontrol panels (UB48 -2) as ma0actured by deep root
' corporation or equivalent.
Plant Materials:
Furnish plant material in quantities and /or spacing as indicated
' or noted for each location and of species, types, sizes, etc„ as symbolized
and described in the plant list.
Protect plants in transit and after delivery to the project
site. Replace plants in broken containers, with broken branches or injured
' trunks.
Specified container plants are to be first class material equal
to the size of similar material in local retail nurseries.
Furnish plant materials that are healthy, vigorous, with a good
root system, and free from pests or disease. Have plant material inspected and
released by the county agricultural inspector prior to delivery to the job.
Provide well rooted ground cover plants in flats or containers.
Have plant material inspected and approved by Engineer prior to
their placement for planting. Replace materials not up to specifications.
' G. Installation
Finish Grading:
' Grades in all on -grade planting areas will be established to
within .10" and in raised planting areas to within depths indicated on planting
plans by others. BackfiII planting areas with mixes indicated on planting
plans and in specifications.
Before and during finish grading, remove all weeds and grasses
by the root and dispose of off site.
Grade all lawn and planting areas to the elevations indicated on
the drawings. Grades not otherwise indicated shall be uniform levels or slopes
between points where elevations are given. Make minor adjustments of finish
grades at the direction of the Engineer if required. Provide smooth, even,
' uniform finish grade with no abrupt change of surface. Slope soil away from
the buildings to allow a natural run -off of water, and direct surface drainage
as indicated on the drawings by remodeling surfaces to facilitate the natural
run -off water. Grade low spots and pockets to drain properly. Dispose all
extraneous matter off site.
Do not work soil when moisture content is so great that
excessive compaction will occur; nor when soil is so dry that dust will form in
the air or that clods wiI l not break readily. Apply water, if necessary, to
provide ideal moisture content for tilling and for planting herein specified.
Shrub, Vines, Ground Cover and Annual Areas: Grade to 1 -112"
' below the grade of adjacent pavement, walks, curbs, or headers and 3" below
adjacent walls. The Engineer may direct flush grades where required.
Lawn Areas: Grade to 1 -112" below the grade of adjacent
pavement, walks, curbs, or headers. The Engineer may direct flush grades where
required.
Soil Preparation:
Prepare on -grade areas per 1,000 square feet with the following:
Organic Amendment------------- - - - - -6 Cu. Yards
12 -12 -12 Commercial Fertilizer- - - - -15 Lbs.
Agricultural Gypsum--------- - - - - -- -100 Lbs.
-48-
Broadcast uniformly and rototill into upper 4 -6— inches of soil.
On —Grade Backfill Mix:
Prepare mix and backfill plant pits with the following material
per ten cubic yards:
On —site Soil------------------ - - - - -6 Cu. Yards
Organic Amendment------------- - - - - -4 Cu. Yards
12 -12 -12 Commercial Fertilizer- - - - -10 Lbs.
Iron Sulfate------------------- - - - -20 Lbs.
Uniformly blend prior to use. Incorporate as specified under
'tree, shrub, vine and annual planting' herein.
General Planting:
The Engineer shall approve all planting areas and placement of
plant material prior to installation. Stake plant locations and secure
approval from Engineer before excavating pits, making necessary adjustments as
directed.
Prepare on —grade planting areas as indicated in "Soil
Preparation."
Locate specimen trees prior to installation of irrigation system
as directed by Engineer.
Excavate all plant pits to a minimum of two times the diameter
and height of the container to permit handling. Excavate pits with vertical
sides for all plants. Do not plant plants in dry soil, Moisten soil at least
eight inches deep.
Plant plants immediately after containers are cut. Remove
containers regularly so as not to present a hazard to those persons using the
areas.
Set plants in center of pits, in a vertical position so that the
crown of the plants will bear the same relationship to the finish grades that
it did to soil surface in place of growth, allowing for watering and settling
of soil.
�J
I
I
1
Backfill with specified soil mix. Do not backfill with soil in
a muddy condition. No filling around the trunk of the plants will be
permitted.
Build basins around plants and water in with root hormone
immediately after planting. Remove basins prior to top dressing.
Grade areas around plants to finish grades and dispose of excess
soil.
Replace any plant material damaged in planting operation.
Prune plants according to standard horticultural practice as
directed by Engineer.
Lightly cultivate, weed, and neatly rake all soil between
plants upon completion of all planting operations and again just prior to final
inspection.
Planting Trees:
Prepare tree pits as specified above unless otherwise noted in
details.
Install deep root control barrier per manufacturer's
recommendations.
Backfill trees planted
mix and thoroughly water settle,
,.
in raised planters with specified soil
BackfilI trees planted on -grade with specified soil mix and
thoroughly water settle.
Stake or guy trees as detailed on the drawings.
Keep guy wires out of general pedestrian traffic areas whenever
possible.
Set all transplanted trees two inches minimum above finish
grades.
Apply root hormone per manufacturers recommendation to each tree
as follows:
1) Construct tree basins at rim or outer edges of tree rootbal l so
that applied water and root hormone will remain on the top of the rootbal 1.
2) Mulch immediately after completion of irrigation of root hormone
into the rootball.
Planting Shrubs and Vines:
Prepare shrub and vine pits as specified under 'General
Planting.'
Use planting procedures and practices as specified under
Planting Trees.'
Mulch planting areas after planting.
Ground Cover and Annual Planting:
Prepare planting areas as specified under 'Soil Preparation.'
Mulch planting areas and water with a light spray prior to
planting.
Plant rooted cutting, pots or flats in areas and at spacings
indicated on plans after mulching.
Smooth soil about plants and leave areas in neat and clean
condition. Do not pile soil or mulch around crown of any plants.
Mulching:
Spread mulch on all planting areas, except lawns, evenly over
the surface to a depth of one inch. Prepare mulch with wood residual organic
amendment.
' Lawn Planting:
Hydraulic Seeded Lawn:
1) Plant seed in areas indicated on plans.
2) Prepare lawn areas as specified in 'Soil Preparation.'
3) Fine grade seed areas to a smooth uniform grade. Roll lawn
areas with a 300 lb. roller until a uniformly compact and even surface is
obtained in compliance with required finished grades and as directed by
Engineer. Obtain Engineer's approval of finish grades before seeding.
4) Method of seeding - hydraulic seeding:
(a) Moisten area prior to seeding.
' (b) Apply hydraulic seeding material at a rate of 1500 lbs. per
acre, mixed with commercial fertilizer 17 -13 -5 at 600 lbs. per acre. Mix with
specified seed material and water in 1500 gallon capacity agitator mixer and
1 spray resulting slump under high pressure evenly and uniformly over area to be
seeded.
(c) Quantities of seed to be mixed with hydromulch: Seed to be
12 lbs. per 1,000 square feet.
Fertilizing After Planting:
Apply to all planting areas 16 -6 -8 commercial fertilizer at the
rate of five lbs, per 1,000 square feet thirty days after planting.
-50-
Repeat fertilizer application at thirty day intervals until the
end of maintenance period.
H. Maintenance
' Continuously maintain all areas during the progress of the work,
the 60 -day maintenance period, and until final acceptance of this work.
If plantings are not acceptable at the completion of the
maintenance period, maintain all work until it meets specifications and can be
approved.
Continuous maintenance operations of watering, weeding, mowing,
rolling, trimming, edging, cultivation, ferilizing, spraying for insect and
pest control, reseeding, replacement and /or any other operations are necessary
to assure good normal growth. Apply lawn moth control sprays or other
' materials, as often as required to protect lawns until final acceptance.
Keep all planted areas free of debris and cultivate and weed at
no more than ten day intervals.
Note: Cut grass to not less than 1 -1 /4 in, and during the period
of maintenance, it will not be allowed to exceed 2 in. in height.
Protect all areas during installation and maintenance periods.
Repair any damaged plantings at Contractor's expense.
Replace plant material that is not live, healthy, undamaged and
free of infestations at the termination of the maintenance period. Replace
inferior plantings and bring to a satisfactory condition before final
acceptance will be made. Keep areas neatly raked and free of weeds.
Immediately replace any and all plant materials and grass that
die or are damaged. Meet original plant material specifications with
' replacements.
I. Inspections
-51-
h
Request the Engineer at least twenty four hours in advance to
make the following inspections:
1)
After finish grading is completed.
2)
After soil amendments have been applied but prior to rototilling.
3)
After rototilling has been completed.
4)
After fine grading is completed.
5)
After plant material has been delivered to the site.
6)
After plant material has been spotted for planting but before
planting pits
are excavated.
7)
After planting pits for trees, shrubs, and vines have been
excavated but
prior to backfill.
8)
Conduct a complete inspection and approval of all landscape
construction items at the end of the landscape construction period to establish
the time for
beginning of the sixty day maintenance period. Notify Engineer
at least seven
days in advance of inspection.
9)
Conduct an inspection at the completion of the sixty day
maintenance period
seven days in
to obtain final acceptance. Notify the Engineer at least
advance of inspection.
-51-
h
•
J. Payment
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract lump sum price paid
for landscape planting, and no additional compensation will be allowed there-
for.
52
24.27 38TH STREET PARK SITE IMPROVEMENTS
' 24.27.1 SITE ROUGH GRADING
Grade the site to the lines and grades shown on the plans.
The lump sum price bid for site rough grading shall include but
not be limited to the required unclassified excavations and fill necessary to
bring the paved areas to sub —grade elevation. Utilizing the material available
on the site, this item shall also include all costs involved with the removal
and disposal of debris, trees, vegetation, other deleterious materials and non —
organic debris or concrete encountered in the grading operation.
24.27.2 SUB —GRADE PREPARATION FOR PAVED AREAS
Paved areas include al l p.c.c, pavement on grade. Prepare the
sub —grade for paved areas in accordance with Section 301 -1 of the Standard
Specifications except as modified herein or on the drawings.
In addition to the requirements of this Section scarify,
cultivate and cleanse the basketball court areas and five feet beyond to a
depth of at least 12 inches.
Structural excavation and backfilI shall be in accordance with
Section 300 -3 of the Standard Specifications.
Replace the excavated and processed soils and other fill soils
in uniform lifts (6 -8 inches thick), cleanse of all vegetation or debris, bring
to approximate optimum moisture content and compact to a minimum relative
compaction of 95 percent of the laboratory standard. The laboratory standard
is ASTM D- 1557 -70, the 5 —layer method.
24.27.3 CONCRETE STRUCTURES
A. General
Construct concrete columns, benches, planter walls, and footings
as shown on the plans and in accordance with the provisions of Subsections 201-
, 1 and 303 -1 of the Standard Specifications except as modified herein.
Concrete in the following portions of the work is not included
in bid items under this Section:
1) Concrete Bands and Sidewalks.
` B. Portland Cement
' Unless otherwise specified, portland cement for all concrete
construction, shall be "Type II Modified" and shall be Type II cement
conforming to the specifications of ASTM Designation: 150, with the following
modifications:
1 The cement shall not contain more than 0.60 percent by weight of
alkalies, calculated as the percentage of Na20 plus 0.658 times the percentage
of K20, when determined by either direct intensity flame photometry or by the
' atomic absorption method. The instrument and procedure used shall be qualified
as to precision and accuracy in accordance with the requirements of ASTM
Designation: C114.
rP1
I
1 0 •
The autoclave expansion shall not exceed 0.50 percent.
Mortar, containing the Portland cement to be used and Ottawa
' sand, when tested in accordance with Test Method No. Calif. 527, shall not
expand in water more than 0.010 percent and shall not contract in air more
than 0.048 percent.
All cement used in the manufacture of concrete for exposed
surfaces of like elements of a structure shall be from the same cement mill.
Protect the cement from exposure to moisture until used. Pile
sacked cement so as to permit access for tally, inspection, and identification
' of each shipment.
Make arrangements with the manufacturer of ready —mixed concrete
to provide adequate facilities to assure that cement meeting the requirements
specified in this Section will be kept separate from other cement in order to
prevent any but the specified cement entering the work. Also make arrangements
with said manufacturer to provide safe and suitable facilities for sampling
cement at the weighing hopper, or in the feed line immediately before entering
the hopper.
If cement is used prior to sampling and testing as provided in
Section 4. Subsection 4 -3, "Certification of Compliance," and the cement is
1 delivered directly to the site of the work, the Certificate of Compliance shall
be signed by the cement manufacturer. If the cement is used in ready —mixed
concrete products purchased as such by the Contractor, the Certificate of
Compliance shall be signed by the manufacturer of such concrete or product.
Do not use cement furnished without a Certificate of Compliance
until the Engineer has had sufficient time to make appropriate tests and has
approved the cement for use.
C. Compressive Strength
Furnish, mix, place, test, and cure all concrete in accordance
with the requirements of the Standard Specifications and these Specifications.
All concrete not conforming to these requirements will be
rejected whether in place or not. New concrete shall not be placed adjoining
concrete which has been rejected without the approval of the Engineer. The
Engineer shall have the authority to cause the removal, replacement or
correction of non — conforming concrete. Should concrete used in the work fail
to conform to the requirements of the Specifications, the Contractor shall, at
its expense, make corrective changes, subject to written approval of the
Engineer, in the materials, mix proportions or in the concrete fabrication
procedures, before placing additional concrete.
Compliance with cement content will be verified in accordance
with procedures described in California Test 518. Batch proportion shall be
adjusted as necessary to produce concrete having the specified cement content.
The compressive strength of concrete shall be determined from
test cylinders which have been prepared and tested in accordance with
Subsection 201 -1.1.4 of the Standard Specifications, modified as follows:
One compressive strength test shall consist of one slump test
and the average strength of 2 cylinders fabricated from material taken from a
single batch of concrete except that if any cylinder should show evidence of
' improper sampling, molding, handling or testing, said cylinder shall be
discarded and the strength test shall consist of the strength of the remaining
cylinder.
P2
f
D. Admixtures
This Subsection as written in the Standard Specifications shall
apply under the contract.
E. Forms
Forms and removal of forms for concrete structures shall conform
to the requirements of Subsections 303 -1.3, 303 -1.4 and the following:
The releasing agents shall be a commercial quality form oil or
other equivalent coating which will permit the ready release of forms and will
not discolor the concrete.
Concrete shall not be deposited in the forms until all work
connected with constructing the forms has been completed, all materials
required to be embedded in the concrete have been placed for the unit to be
poured, and the Engineer has inspected said forms and materials.
The rate of depositing concrete in forms shall be controlled to
' prevent deflections of the forms or form panels in excess of the deflections
permitted by these Specifications.
Forms for all concrete surfaces which will not be completely
enclosed or hidden below the permanent ground surface shall conform to the
requirements herein for forms for exposed surfaces,
Prior to the use of each forming system to be used for exposed
surfaces and when requested by the Engineer, the Contractor shall submit shop
drawings in accordance with Subsection 205.3, "Shop Drawings." Drawings shall
indicate design, method of fabrication, and materials.
Forms for exposed concrete surfaces shall be designed and
constructed so that the formed surface of the concrete does not undulate
excessively in any direction between studs, joists, form stiffeners, form
fasteners or wales. Undulations exceeding either 3122 inch or 1/270 of the
center to center distance distance between studs, joists, form fasteners or
wales will be considered to be excessive. Should any form or forming system,
even though previously approved for use, produce a concrete surface with
excessive undulations, its use shall be discontinued until modifications
1 satisfactory to the Engineer have been made. Portions of concrete structures
with surface undulations in excess of the limits herein may be rejected by the
Engineer.
' All exposed surfaces of each element of a concrete structure
shall be formed with the same forming material or with materials which produce
similar concrete surface textures, color and appearance.
P3
LJ
All concrete
test cylinders shall be cured
at the job site,
under
conditions affecting the actual structure, a minimum
of 3 days, and then
taken
to the testing location
where the cylinders will be
standard moist cured
1
until
time of testing.
The minimum compressive strength of a
test shall be the
specified 28 —day strength and
the minimum strength of any
individual cylinder
'
shall
be 95 percent of the
specified 28 —day strength.
The minimum moving
average strength shall be the
specified 28 —day strength.
The frequency
of testing shal l be one test for every 50 cubic
yards
of pour up to 150 cubic
yards and thence one test for
each additional 150
cubic
yards of pour.
D. Admixtures
This Subsection as written in the Standard Specifications shall
apply under the contract.
E. Forms
Forms and removal of forms for concrete structures shall conform
to the requirements of Subsections 303 -1.3, 303 -1.4 and the following:
The releasing agents shall be a commercial quality form oil or
other equivalent coating which will permit the ready release of forms and will
not discolor the concrete.
Concrete shall not be deposited in the forms until all work
connected with constructing the forms has been completed, all materials
required to be embedded in the concrete have been placed for the unit to be
poured, and the Engineer has inspected said forms and materials.
The rate of depositing concrete in forms shall be controlled to
' prevent deflections of the forms or form panels in excess of the deflections
permitted by these Specifications.
Forms for all concrete surfaces which will not be completely
enclosed or hidden below the permanent ground surface shall conform to the
requirements herein for forms for exposed surfaces,
Prior to the use of each forming system to be used for exposed
surfaces and when requested by the Engineer, the Contractor shall submit shop
drawings in accordance with Subsection 205.3, "Shop Drawings." Drawings shall
indicate design, method of fabrication, and materials.
Forms for exposed concrete surfaces shall be designed and
constructed so that the formed surface of the concrete does not undulate
excessively in any direction between studs, joists, form stiffeners, form
fasteners or wales. Undulations exceeding either 3122 inch or 1/270 of the
center to center distance distance between studs, joists, form fasteners or
wales will be considered to be excessive. Should any form or forming system,
even though previously approved for use, produce a concrete surface with
excessive undulations, its use shall be discontinued until modifications
1 satisfactory to the Engineer have been made. Portions of concrete structures
with surface undulations in excess of the limits herein may be rejected by the
Engineer.
' All exposed surfaces of each element of a concrete structure
shall be formed with the same forming material or with materials which produce
similar concrete surface textures, color and appearance.
P3
LJ
Forms for exposed surfaces shall be faced with form panels. A
form panel shall be considered to be the continuous section of form facing
' material, unbroken by joint marks, against which the concrete is place.
Except when otherwise specified or shown on the plans, panels
for vertical surfaces shall be placed with the long dimension horizontal and
with horizontal joints level and continuous. Form panels on each side of the
panel joint shall be precisely aligned, by means of supports or fasteners
common to both panels, to result in a continuous unbroken concrete plane
surface.
Anchor devices may be cast into the concrete for later use in
supporting forms. The use of driven types of anchorages for fastening forms or
form supports to concrete will not be permitted.
Form bolts and clamps shal l be of such types that they can be
removed in accordance with the provisions of Subsection 303 -1.3 of the Standard
Specifications without chipping, spalling, heating or otherwise damaging the
concrete surface.
All forms shall be removed as specified in the Standard
Specifications.
' F. Construction Methods
The concrete in each integral part of the structure shall be
placed continuously and the Contractor will not be allowed to commence work on
any such part unless sufficient material for the concrete is on hand, and its
forces and equipment are sufficient to complete the part without interruption
in the placing of the concrete.
Joints in the concrete due to stopping work shall be avoided as
far as possible. Such joints, when necessary, shall be constructed as directed
by the Engineer.
Construction methods and equipment employed by the Contractor
shall conform to the following:
Loads imposed on existing, new or partially completed structures
shall not exceed the load carrying capacity of the structure, or portion of
structure, as determined by the Load Factor Design methods of AASHTO using Load
Group III. The compressive strength of concrete (f.) to be used in computing
the load carrying capacity shall be the actual compressive strength at the time
' of loading, the value of f shown on the plans for that portion of the
structure, or 2.5 times the value of fc is given, whichever is smaller.
' G. Curing
This subsection as written in the Standard Specifications shall
apply under the contract.
H. Footings
shall be considered as approximate only and the Engineer may order, in writing,
2
Where
native material will stand
in vertical cut, footings for
planter
walls shall
be excavated to neat lines
and footing concrete placed
directly
against the
sides of the neat excavation
without using side forms.
'
The elevation of the bottoms of
footings shown on the plans
shall be considered as approximate only and the Engineer may order, in writing,
2
such changes in dimensions or elevations of footings as may be necessary to
secure a satisfactory foundation.
Pumping from the interior of any foundation enclosure shall be
done in such a manner as to preclude the possibility of any portion of the
concrete materials being carried away. No pumping will be permitted during the
' placing of concrete, or for a period of at least 24 hours thereafter, unless it
be done from a suitable sump separated from the concrete work.
The Contractor shall be responsible for any additional costs
incurred should it elect to fabricate materials or do other work prior to the
final determination of footing elevations.
I. Surface Finishes
Surface finished for concrete columns, benches, and planter
walls,
1) Class I Surface Finish
Class I surface finish shall conform to the requirements of
Subsection 303 -1.9.3 of the Standard Specifications and the following:
Construct a 4' wide x 3.5' high x 4" thick sample panel and
1 apply a medium sandblast (Class I) finish to the satisfaction of the Engineer.
Construct the sample panel utilizing the same concrete mix,
forms, equipment, and methods used for production of the actual structures.
' Upon approval by the Engineer, the sample panel shall serve as
the standard of color, texture, and workmanship acceptable for the project.
The sample panel must be approved at least 30 days prior to the
beginning of construction of concrete which is to have Class I surface finish.
Remove the sample panel from the project site upon completion of
the project.
'
J.
Payment
Full compensation for conforming to
the requirements of this
article shall
be considered as included in the contract bid prices paid for the
various items
of work, and no additional compensation
will be allowed therefor.
24.27.4
STEEL REINFORCEMENT FOR CONCRETE
A.
General
This work consists of furnishing and
placing bar reinforcing
1
steel of the shape, dimensions, locations and details
as shown on the plans and
in accordance
with Subsections 201 -1 and 303 -1.7 of the Standard Specifications
except as modified
herein.
B.
Materials
Reinforcing bars shall be deformed billet —steel bars for
concrete reinforcement conforming to the specifications of ASTM Designation:
A615, Grade 60, including Supplementary Requirement SI, or low al loy steel
deformed bars conforming to the specifications of ASTM Designation: A706.
Welded wire fabric shall conform to the specifications of ASTM
Designation: A185.
' P5
I
i
1
'I
F
I�
�1
u
I�
I
I
I
I
1
C. Cleaning
Before concrete is placed, the reinforcement to be embedded
shall be free of mortar, oil, dirt, excessive mill scale and scabby rust, and
other coatings of any character that would destroy or reduce the bond.
D. Bending
Reinforcement shall conform accurately to the dimensions shown
on the plans.
Do not bend or straighten bars in a manner that will injure the
material. Do not use bars with kinks or improper bends.
Hooks shall conform to the provisions of the Building Code
Requirements for Reinforced Concrete of the American Concrete Institute.
E. Placing
Accurately place reinforcement as shown on the plans and
securely hold in position by wiring at intersections and splices with 16 —gauge
or heavier wire and by using precast mortar blocks or ferrous metal chairs,
spacers, metal hangers, supporting wires, and other approved devices of
sufficient strength to resist crushing under applied loads. Do not use wooden,
aluminum or plastic supports. Placing bars on layers of fresh concrete as the
work progresses will not be permitted.
Metal supports shall have a clear coverage of not less than one
inch. Protective coatings on metal supports shall not be considered when
determining clear coverage. Where clear coverage to reinforcing steel as shown
on the plans or ordered by the Engineer exceeds the minimum coverage specified
herein, the clear coverage for metal supports shall be increased accordingly.
The minimum spacing center to center of parallel bars shall be
2 112 times the diameter of the bar.
Al reinforcement shall have a clear coverage of 2 inches,
except as otherwise shown on the plans or specified in these Specifications.
If ordered by the Engineer, additional clear coverage shall be provided. Clear
coverage shall be measured from the surface of the concrete to the outside of
the reinforcement.
Roll welded wire fabric flat before placing concrete, unless
otherwise shown on the plans. Hold welded wire fabric firmly in place against
vertical or transverse movement by means of devices satisfactory to the
Engineer. Tack welding on reinforcing bars will not be permitted.
F. Splicing
Splicing of reinforcing bars shall be by lapping.
Determine the location of splices based upon using available
commercial lengths where practicable, but submit the layout of splices to the
Engineer for approval.
Stagger splices in adjacent reinforcing bars. The minimum
distance between staggered splices for reinforcing bars shall be the length
required for a lapped splice in the bar.
m
' Splices made by lapping shall consist of placing the reinforcing
bars in contact and wiring them together in such a manner as to maintain the
alignment of the bars and to provide minimum clearances.
For Grade 60 or A706 reinforcing bars, the length of lapped
splices shall be lapped ar least 24 diameters of the bar joined.
G. Payment
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
24.27.5 CONCRETE PAVING, STEPS, BANDS AND MOWSTRIPS
A. General
' The Contractor shall construct concrete courts, walks, steps,
bands and mowstrips of the form and dimensions shown on the plans in accordance
with Subsections 201 -1, 302 -6 and 303 -5 of the Standard Specifications except
as modified herein.
B. Material
' Courts, walks, bands, and mowstrips shall be constructed of
Class 560 —C -3250 concrete. Portland cement shall conform to the requirements
specified in Section "Concrete Structures" of these Specifications.
' C. Construction
' The surface of all 4 —inch concrete walks, steps, bands, and
mowstrips shall be scored as indicated on plans.
Curing of concrete courts, walks, bands, steps and mowstrips
' shall be in accordance with the provisions of Subsection 302 -6.6 of the
Standard Specifications.
D. Payment
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
24.27.6 SURFACE FOR BASKETBALL COURTS
A. General
Apply pure acrylic color coating per manufacturer's
specifications and in accordance with the provisions of this article.
Application must be made by thoroughly experienced contractors.
Contractor must be able to show tennis court or basketball court applications
' that have been instal led at least two years. Both material and application
must be completely satisfactory to the city.
IP7
1 • !
B. Application
The surface of all concrete slabs shall be cured six (6) weeks
before surfacing.
The cured concrete slabs shall be approved before any color
acrylic is applied. Application and mixing is to be in strict accordance with
Extol Color Coatings, Inc. specifications.
Contractor shall lay out and paint basketball court playing
lines to the exact widths and dimensions as shown on the drawings. Lines shall
have sharp, clean edges.
Allow system to dry to minimum of two (2) days, warm weather,
before permitting play. Do not wash, hose down or sweep until ten (10) days
' have elapsed since final coating.
C. Material
Sand — filled acrylic color coating and finish color coating shall
be Extol 3000 as manufactured by Extol Color Coatings, Inc., 10541 A Prospect
Avenue, Santee, California, 92071, telephone (619) 448 -9311 or approved
' equivalent.
Utilize 60 mesh sand in mixture to achieve slow speed of play.
' 24.27.7 PATTERNED CONCRETE PAVEMENT
A. General
Install patterned concrete pavement in accordance with the
provisions of this article.
B. Materials and Installation
Patterned concrete pavement shall be 564 —C -3250 Portland cement
concrete. Colored hardener shall be Terra Cotta (A -29) "Lithochrome Color
Hardener" as manufactured by L.M. Scofield Co., Los Angeles, California. The
minimum rate of application of the hardener shall be 60 pounds per 100 square
feet. Color wax curing and finishing compound shall be Terra Cotta (A -29)
' "Lithochrome Colorwax" as manufactured by L.M. Scofield Company, Los Angeles,
California. Minimum application coverage shall be 600 square feet per gallon
of unthinned colorwax.
Subgrade preparation shall conform to the requirements of
Section 301 -1 of the Standard Specifications.
The final color appearance shall be uniform throughout the
entire surface area. All surfaces that are not uniform in color and surface
texture will be rejected and must be removed and reconstructed at the
Contractor's expense.
C. Payment
Full compensation for conforming to the requirements of this
' article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
1 P8
I
24.27.8 CONDUIT SLEEVES
Conduit sleeves shall be installed as indicated on the plans.
Tops of sleeves shall be located 18" below the finished paving surface. Sleeve
diameters shown on the plans are to accommodate future installations of PVC
irrigation laterals plus 2" PVC pressure conduit with fittings and irrigation
controller wires. Sleeves may run continuous through planter openings. Sleeve
ends shall be capped in a manner satisfactory to the Engineer. Sleeves shall
be schedule 40 PVC or heavier.
' 24.27.9 PRECAST CONCRETE PAVERS
A. General
Furnish and install "precast concrete pavers" as shown on the
plans and in accordance with the provisions of this article.
B. Materials
All precast paving stones shall be in accordance with the
patterns as shown on the plans where designated. These products shal l be as
manufactured by Muller Supply Company, 424 South Main Street, Lodi, California
95240, telephone (209) 334 -3781 or approved equivalent.
Pavers shall have a minimum compressive strength of 8,000 p.s.i.
in accordance with testing procedures ASTM C -140.
Materials used to install pavers shall conform to the following:
Cement, ASTM C -150; Aggregates, ASTM C -33.
The sand laying course shal 1 be a clean washed sand with 100%
passing a No. 4 sieve size and a maximum of 3% passing a No. 200 sieve size,
' commonly known as piaster sand. Thickness of sand laying course shall be
uniform to insure an even surface. The designed thickness shall be a maximum
of 1 inch. The sand laying course shall be the responsibility of the paving
stone installer.
C. Pattern
Stockholm
D. Color
Sunburst No. 2
E. Submittals
Submit two samples of paving stones to the Engineer to indicate
colors to be supplied on this job.
fF. Insta l l ation
1) Pavers shall be clean and free of foreign materials before
installation.
I
10]
' 2) Start installation from the center of the field and proceed
forward and backward over the undisturbed sand laying course, thus insuring
even cuts on all sides.
3) Paving work shal 1 be plumb, level and true to line and grade;
shall be installed to properly coincide and align with adjacent work and
' elevations. (AlI edges must be retained to secure the perimeter stones and the
sand laying course.)
(a) Paving stones should be installed hand tight and level on
' the undisturbed sand laying course. String lines should be used to hold
pattern lines true.
(b) Use a roller vibrator or plate vibrator to compact the
stones and to vibrate the sand up into the joints between the stones.
' (c) Spread plaster sand over the installed paving stones so
that it may be vibrated into the joints between the stones.
(d) Sweep excess sand into the joints or disposed of from
surface area.
(e) Wash down and clean the completed paving stone installation
to provide a clean finished workmanlike installation.
4) Make all necessary paving stone cuts with a masonry saw.
' G. Payment
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
24.27.10 SITE FURNISHINGS
A. General
' Furnish all labor, materials, equipment, appliances and
necessary incidentals for the complete installation of all site furnishings as
shown on the drawings and as specified herein. Work includes, but is not
necessarily limited to, the following:
1) Purchase and install precast concrete table and benches.
2) Purchase and install drinking fountain.
3) Purchase and install trash receptacle.
4) Purchase and install basketball backboards, posts, goal rings
and chain nets.
5) All work of every description mentioned in the specifications
and /or amendments thereto, and all other labor and materials reasonable
incidental to the satisfactory completion of the work including clean —up of the
' site.
B. Quality Assurance
' Manufacturer's Directions: Follow manufacturer's directions and
detailed drawings in all cases where the manufacturers furnish directions
covering points not shown in the drawings and specifications.
' Provide all work called for on the drawings by notes or details
whether or not specifically mentioned in the specifications.
P10
I
• •
Do not willfully install the site furnishings as shown on the
drawings when it is obvious in the field that obstructions, grade differences
or discrepancies in area dimensions exist. Bring such obstructions or
differences to the attention of the Engineer. Assume full responsibility for
any revision necessary if notification is not performed.
' C. Submittals
Product Data: Submit five sets of manufacturer's specifications
and shop drawings showing anchor details and installation instructions.
Provide setting drawings, templates, instructions and directions for
installation. Coordinate delivery with other work to avoid delay.
Assume full responsibility for the adequacy of construction
' details or for performing all items of work in a satisfactory manner in
compliance with the drawings and specifications.
Submit two 6 inch x 6 inch samples of precast concrete finish
' and color.
Before commencing any work, prepare one sample section of
precast work cast in actual mold showing all pertinent features of precast
' elements. Maintain inspected and approved sample as standard for quality of
workmanship.
D. Guarantee
' Provide a three year written guarantee, after substantial
completion, signed by the Contractor and Manufacturer, agreeing to
' replace /repair defective materials and workmanship, including abnormal aging or
deterioration of materials, and other failures within guarantee period.
Guarantee includes responsibility for removal and replacement of other work
affected. Repair and replace during guarantee period work caused by acts of
' God and other events beyond Contractor's and Manufacturer's control and which
exceed performance requirements at owner's expense.
E. Products
Precast Concrete Tables and Benches: Dura Art Stone, P.O. Box
666, Fontana, California 92335, (714) 350 -9000 or approved equivalent.
Trash Receptacle Unit: Architectural Fiberglass, 8687 Melrose
Avenue, Suite 226, Los Angeles, California 90069, (213) 659 -2133 or approved
equivalent.
Drinking Fountain: Haws Model #1115RF, with #4 satin finish or
approved equivalent. Supplied by Specification Sales, 600 Bandini Boulevard,
Los Angeles, California 90040, (213) 724 -1120.
' Basketball Posts, Backboards, Goal Rings and Chain Nets:
Patterson — Williams #1513 -20 and #8131 with post sleeve and cap model #8302 -20
or approved equivalent. Supplied by The Wakefield Company, 1100 Quail Street,
' Suite 103, Newport Beach, California 92660, (714) 752 -6204.
F. Materials /Fabrication
Materials and fabrication in accordance with manufacturer's
' Pil
I
latest published specifications and as shown in drawings.
Concrete Finish: Natural grey with acid etch finish.
' Light Fixtures: See details and electrical drawings.
Factory seal all exposed concrete surfaces.
G. Installation
Install per manufacturer's instructions and details shown on
drawings.
Set each element in the proper position as shown on the approved
erection plan, carefully plumbed and anchored securely by means as shown on
drawings or specified by manufacturer.
' Assume responsibility for the erection of all items in a
satisfactory manner and in an undamaged condition. Replace /repair site
furnishing damaged during erection at the Contractor's expense, in a manner
satisfactory to the Engineer at no additional expense to the city.
H. Inspections
' Request the Engineer to make inspections at least twenty four
(24) hours in advance of the time inspection is desired. Inspections are as
follows:
Placement of site furnishings.
I. Payment
Full compensation for conforming to the requirements of this
'
article shall
be considered as included in the contract bid prices paid for the
various items
of work, and no additional compensation will be allowed therefor.
'
24.27.11
UNIT MASONRY
A.
General
'
This work shall consist of constructing reinforced hollow
concrete unit
masonry in accordance with the provisions of Subsection 202 -2 of
the Standard
Specifications except as modified herein.
B.
Certificate of Compliance
A Certificate of Compliance shall be furnished to the Owner's
Representative
for all concrete blocks,
'
C.
Submittals
Two samples of concrete block shall be submitted to the Engineer
for approval
of color and architectural finish.
'
Catalog cuts for masonry sealer shall be submitted, describing
surface preparation, application instructions, and graffiti removal
'
instructions
for common marking substances.
A list of Vendors in California shall be submitted with the
catalog cuts
for masonry sealer.
'
P12
' D. Products
' Masonry units Nominal size, color and architectural
finish as shown on plans, hollow load
bearing Grade II, ASTM Designation:
' C 90; standard or open ended concrete
block.
' Cement for mortar Type II portland cement; Type II
and grout portland cement with maximum 15
percent Class N, F or C pozzolan; Type
IP(MS) blended hydraulic cement; or
masonry cement. ASTM Designation:
C 150 for Type II portland cement; C
595 for Type IP(MS) blended hydraulic
cement; C 618 for pozzolan except that
the loss on ignition shall not exceed
4 percent; C 91 for masonry cement.
' Aggregate for mortar
Aggregate
commercially
produced
and grout
for masonry
work and free
of organic
water to prepare for use as masonry
impurities
and lumps of
clay and
' shale. Sodium sulfate soundness loss
of aggregate shall not exceed 10
percent per California Test 214.
' Combined grading shall provide a
workable mix suitable for the intended
use.
' Coloring for mortar Chemically inert, fade resistant
mineral oxide or synthetic type.
Color of mortar to match block color.
1 Lime Type S, ASTM Designation: C 207.
u
P13
Premixed mortar
or grout
A premixed packaged blend of
cement, lime, and sand, with or
without color, that requires only
water to prepare for use as masonry
mortar or grout may be furnished.
Packages of premix shall bear the
manufacturer's name, brand, weight,
and color identification.
Reinforcement
Commercially available, ASTM
Designation: A 706 or A 615 Grade 40
'
or Grade 60.
Anchors, ties, angles,
Commercial quality, galvanized.
and metal lath
u
P13
' • •
' Dry pack to set items One part Portland cement to not
into masonry over 3 parts of grout sand and with a
minimum amount of water for hydration
and packing.
Masonry sealer Water clear, non —yel lowing, non-
flammable, water based emulsion
manufactured as an anti — graffiti
' coating suitable for use on masonry
surfaces and conforming to the rules
for control of organic compound
emissions adopted by the air pollution
' control district in the air basin in
which the sealer is to be applied.
Rainguard Products Company "Vandl
Guard," Conneborn — Contech
"Sonoshield," or approved equivalent.
Waterproofing Coating of ASTM Designation: D 41
' primer and continuous membrane
composed of 2 layers of ASTM
Designation: D1668 asphalt saturated
' woven glass fabric and 3 moppings of
waterproof asphalt.
' Sealant Single component polysulfide or
polyurethane, ozone and ultra violet
resistant sealant suitable for outdoor
use. Federal Specifications: TT —S-
' 230. Backer rods and primer shall be
provided as recommended by the
manufacturer.
Latex — portland Manufacturers recommended amount
cement mortar of latex (diluted with water when
' required by directions) added to
preblended dry mortar mix consisting
of Portland cement, dry additives and
graded sand as specified by the latex
' manufacturer for use with the
particular water emulsion latex
additive. Mortar shall be suitable
' for thin set latex modified Portland
cement mortar method of bonding
ceramic tile.
iE. Installation
Lay masonry units in running bond. Protect surfaces of metal,
glass, wood, completed masonry, and other such materials exposed to view from
spillage, splatters and other deposits of cementitious materials from masonry
1
1
P14
I
I
I
1
i
I
i
gravel aggregate.
Measure aggregate in a damp loose condition.
G. Laying Masonry Units
Lay concrete masonry units dry.
During laying of units keep all cells dry in inclement weather
by suitably covering incomplete walls. Wooden boards and planks are not
acceptable as covering materials. Extend the covering down each side of
masonry walls approximately 2 feet.
Provide cleanout openings at the bottoms of all cells to be
grouted except cei is not more than 4 feet high when grout is placed. After
inspection, seal cleanout openings before filling with grout.
Keep chases free from debris and mortar.
Use bond beam units with a minimum 2 inch x 3 inch opening at
each cross web at horizontal reinforcing bars.
Where masonry unit cutting is necessary, make all cuts with a
masonry saw to neat and true lines. Blocks with excessive cracking or chipping
of the finished surfaces exposed to view will not be acceptable.
H. Reinforcement
Position reinforcement accurately and securely hold in position
with either wire ties or spacing devices near the ends of bars and at intervals
not exceeding 192 bar diameters. Wire shal 1 be 16 gauge or heavier. Do not
use wooden, aluminum. or plastic spacing devices.
The minimum spacing for splices in vertical reinforcement for
masonry walls shall be 48 inches plus lap.
Do not place reinforcement in the plane of mortar joints.
I. Mortar
Mortar joints shall be approximately 3/8 inch wide. Lay units
P15
Proportion mortar
by volume.
'
have one part cement
and one quarter part of hydrated
construction. Remove all such deposits
without damage to the materials or
to 3 parts aggregate
exposed surfaces.
or mortar shall have one part
portland cement and one
Where fresh masonry joins
concrete or masonry, roughen, clean
combined with 4 112 to 6 parts
and lightly wet the contact surfaces of
existing material. The roughened
1
surface shal 1 be no smoother than a wood
trowel led surface. Cleaning shal l
remove laitance, curing compounds, debris, dirt and any substance which
decreases bond to the fresh masonry.
by volume
with one part
Do not erect masonry when
the ambient air temperature is below
1 /10 part hydrated lime, 2 to 3
40 degrees F. or above 95 degrees F.
aggregate, and
not more than 2 parts
F. Proportioning Mortar and Grout
I
I
I
1
i
I
i
gravel aggregate.
Measure aggregate in a damp loose condition.
G. Laying Masonry Units
Lay concrete masonry units dry.
During laying of units keep all cells dry in inclement weather
by suitably covering incomplete walls. Wooden boards and planks are not
acceptable as covering materials. Extend the covering down each side of
masonry walls approximately 2 feet.
Provide cleanout openings at the bottoms of all cells to be
grouted except cei is not more than 4 feet high when grout is placed. After
inspection, seal cleanout openings before filling with grout.
Keep chases free from debris and mortar.
Use bond beam units with a minimum 2 inch x 3 inch opening at
each cross web at horizontal reinforcing bars.
Where masonry unit cutting is necessary, make all cuts with a
masonry saw to neat and true lines. Blocks with excessive cracking or chipping
of the finished surfaces exposed to view will not be acceptable.
H. Reinforcement
Position reinforcement accurately and securely hold in position
with either wire ties or spacing devices near the ends of bars and at intervals
not exceeding 192 bar diameters. Wire shal 1 be 16 gauge or heavier. Do not
use wooden, aluminum. or plastic spacing devices.
The minimum spacing for splices in vertical reinforcement for
masonry walls shall be 48 inches plus lap.
Do not place reinforcement in the plane of mortar joints.
I. Mortar
Mortar joints shall be approximately 3/8 inch wide. Lay units
P15
Proportion mortar
by volume.
Mortar shall
have one part cement
and one quarter part of hydrated
lime combined
with 2 112
to 3 parts aggregate
or mortar shall have one part
portland cement and one
part masonry cement
combined with 4 112 to 6 parts
aggregate.
Tint mortar for colored block with
1
coloring to match the block.
Proportion grout
by volume
with one part
cement, not more than
1 /10 part hydrated lime, 2 to 3
parts sand
aggregate, and
not more than 2 parts
I
I
I
1
i
I
i
gravel aggregate.
Measure aggregate in a damp loose condition.
G. Laying Masonry Units
Lay concrete masonry units dry.
During laying of units keep all cells dry in inclement weather
by suitably covering incomplete walls. Wooden boards and planks are not
acceptable as covering materials. Extend the covering down each side of
masonry walls approximately 2 feet.
Provide cleanout openings at the bottoms of all cells to be
grouted except cei is not more than 4 feet high when grout is placed. After
inspection, seal cleanout openings before filling with grout.
Keep chases free from debris and mortar.
Use bond beam units with a minimum 2 inch x 3 inch opening at
each cross web at horizontal reinforcing bars.
Where masonry unit cutting is necessary, make all cuts with a
masonry saw to neat and true lines. Blocks with excessive cracking or chipping
of the finished surfaces exposed to view will not be acceptable.
H. Reinforcement
Position reinforcement accurately and securely hold in position
with either wire ties or spacing devices near the ends of bars and at intervals
not exceeding 192 bar diameters. Wire shal 1 be 16 gauge or heavier. Do not
use wooden, aluminum. or plastic spacing devices.
The minimum spacing for splices in vertical reinforcement for
masonry walls shall be 48 inches plus lap.
Do not place reinforcement in the plane of mortar joints.
I. Mortar
Mortar joints shall be approximately 3/8 inch wide. Lay units
P15
' • •
' with all head and bed joints filled solid with mortar along both longitudinal
faces for the full width of masonry unit shell. Shave head joints tight.
Exposed joints shall be concave, tooled smooth.
Do not retemper mortar that has been mixed more than one hour.
Mortar placed in joints around cells to be filled shall preserve
the unobstructed vertical continuity of the concrete filling. Remove from the
inside of cells any overhanging mortar or other obstruction or debris.
Solidly bed in mortar the head and cross web bed joints adjacent
to cells to be filled to prevent leakage of the cell filling grout.
J. Grouting
When units are placed full height of masonry work before
filling, the masonry may be filled in one lift if the height does not exceed 8
feet. Otherwise, fill units placed full height by successive lifts of grout
' with the height of each lift not exceeding 4 feet. The interruption between
placing successive lifts of grout in full height masonry shall be not less than
30 minutes nor more than one hour.
When units are not placed full height before filling, do not
I exceed a 4 foot increment in height for each successive lift. Grout the
masonry before placing units for the next lift.
During grouting, make horizontal joints in the grout 112 inch
below the top of the last course of masonry being filled.
Bond beams shall be continuous. Cover the tops of unfilled
cells under horizontal bond beams with metal or plastic lath.
Fill all cells solidly with grout. Consolidate all grout in the
cells at the time of placement by puddling or vibrating and reconsolidate after
excess moisture has been absorbed but before plasticity is lost. Slicing with
a trowel is not acceptable.
K. Cleaning and Protecting Masonry
Remove splashes, stains or spots on the faces of the masonry
exposed to view.
Protect completed masonry from freezing for a period of at least
5 days.
L. Surface Finishes
' Surface finish for masonry walls.
1) Class I Surface Finish
Class I surface finish shall conform to the requirements of Sub-
' section 303 -1.9.3 of the Standard Specifications and the following:
Apply a medium sandblast (Class I) finish to sample masonry unit
to the satisfaction of the Engineer.
Upon approval by the Engineer, the sample unit shal 1 serve as
the standard of color, texture and workmanship acceptable for the project.
M. Sealing
Apply masonry sealer by low pressure spray to all exposed block
IP16
1 • •
I
11
I
11
I
surfaces. Clean the surfaces free of dirt, grease, paint, loose particles and
all other foreign material before spraying. Spray the surface with a minimum
of 3 coats at a coverage recommended by the manufacturer, using airless paint
spraying equipment.
Protect surfaces of other materials surrounding or near masonry
construction from overspray or spillage from the sealing operation. Remove
sealer applied to surfaces not to be waterproofed and restore the surfaces to
their original condition.
N. Payment
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
24.27.12 POLYVINYL CHLORIDE (PVC) — COATED STEEL CHAIN LINK FENCE
A. General
The Contractor shall furnish and install new PVC coated chain
link fence in accordance with Subsections 206 -6 of the Standard Specifications
except as modified herein.
B. Chain Link Fabric
The base metal shall be steel of such quality and purity that,
when drawn to the size of wire specified and coated with PVC, the finished
fencing shall be of uniform quality and have properties and characteristics as
prescribed in these Specifications. The base metal shall be commercial quality
medium high carbon, hot dipped galvanized steel wire.
The vinyl coating shall be continuously bonded (not sprayed or
dipped) over the galvanized steel wire by the extrusion bonding process under
pressure to 5,000 p.s.i. to insure a dense and impervious covering free of
voids, having a smooth and lustrous surface appearance.
The wire shall be vinyl —clad before weaving and shall be free
and flexible at all joints. The mesh size shall be measured by the distance
between the wires forming parallel sides of the mesh, with permissible
variation of plus or minus .250 inches. The height of the fabric, measured
from the ends of the barbs or knuckles, shall have a permissible variation of
' plus or minus one inch.
Fence fabric height shall be 60" measured from the ends of
knuckles with a permissible variation of plus or minus one inch.
Mesh size shal l be 1 112 ", with 9 gauge PVC coated wire having
' an O.D. of .148 ", + .005" tolerance.
Minimum vinyl wall thickness: .020 ".
Zinc coat: .30 oz. /sq. ft., ASTM 116.
Minimum tensile strength: 100,000 p.s.i.
The selvages of the fabric shall be knuckled on both edges.
11
P17
C. Wire Coating
Plasticized Polyvinyl Chloride (PVC) with low temperature
( -201 C) plasticizer, no fillers, extenders or extraneous matter, other than
the necessary stabilizers and pigments shall be used. Colors will be
stabilized and have a light fastness that shall withstand a minimum WEATHER-0—
METER exposure of 1,500 hours without any deterioration (Test Equipment
Operating Light and Water Exposure Apparatus Carbon —Arc Type) ASTM —D 1499.E 42
Type E. The vinyl covering shall, in addition, resist attack from prolonged
exposure to dilute solutions of most common mineral acids, sea water and dilute
solutions of most salts and alkali.
Color: Black.
D. Framework
All framework shall be Schedule 40 galvanized steel to A.S.T.M.
A -120 or structural grade galvanized steel pipe with a 10 -14 mil vinyl coating
bonded to a special cross — linking epoxy primer by the Thermal fusion process.
The fabric shall be fastened to the frame by means of matching
1 vinyl— coated ties, tension bars and tension bands.
Fittings and other appurtenances shall be aluminum alloy,
galvanized pressed steel, malleable or cast steel as specified, epoxy — phenolic
1 primed and coated with matching vinyl (PVC) by the fusion —bond method. Painted
fittings are not acceptable.
E. Payment
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
24.27.13 METAL FABRICATIONS
A. General
The extent of miscellaneous metal fabrications is shown on
drawings and includes items fabricated from iron and steel shapes, plates,
bars, strips, tubes, pipes and castings.
Furnish inserts and anchoring devices which must be set in
concrete or built into masonry for installation of miscellaneous metal work.
Provide setting drawings, templates, instructions and directions for
installation of anchorage devices. Coordinate delivery with other work to
avoid delay.
Furnish all labor, materials, equipment, appliances and
necessary incidentals for the complete installation of all miscellaneous metals
as shown on the drawings in accordance with the provisions of Section 304 of
the Standard Specifications except as modified herein.
B. Quality Assurance
Field Measurements: Take field measurements prior to
preparation of shop drawings and fabrication, where possible. Do not delay job
P18
a • •
progress; allow for trimming and fitting wherever taking field measurements
before fabrication might delay work.
Shop Assembly: Preassemble items in shop to greatest extent
possible to minimize field splicing and assembly. Disassemble units only as
necessary for shipping and handling limitations. Clearly mark units for
reassembly and coordinated installation.
C. Submittals
Product Data: Submit manufacturer's specifications, anchor
details and installation instructions for products to be used in the
fabrication of miscellaneous metal fabrications, including paint products.
Shop drawings: Submit five sets of shop drawings for
fabrication and erection of miscellaneous metal assemblies. Include plans and
elevations at not less than 1" to 1' -0" scale, and include details of sections
and connections at not less than 3" to 1' -0' scale. Show anchorage and
' accessory items. Provide templates for anchor and bolt installation by others.
D. Job Conditions
iVisit the site to determine existing conditions, including
access to the site and the nature and extent of existing improvements upon
adjacent public and private property, nature of materials to be encountered and
other factors that may affect the work of this section.
Additional compensation resulting from the alleged ignorance of
local conditions and their effect upon the cost of the work will not
subsequently be approved.
Protect the Owner's property from injury or loss. Repair at
Contractor's expense all damage to existing property (buildings, utilities,
etc.) or planting (trees, shrubs, lawn or ground cover) caused during operation
or as a result of malfunction of installed work during the guarantee period.
Cause minimum interference with workmen, materials, or other
equipment of other trades on the project.
E. Guarantee
1 Provide a three year written guarantee, after substantial
completion, signed by the Contractor and Manufacturer, agreeing to
replace /repair defective materials and workmanship, including abnormal aging or
' deterioration of materials, and other failures within guarantee period.
Guarantee includes responsibility for removal and replacement of other work
affected.
F. Products
Metal Surfaces, General: For fabrication of miscellaneous metal
1 work which will be exposed to view, use only materials which are smooth and
free of surface blemishes including pitting, seam marks, roller marks, rolled
trade names and roughness.
Steel Plates, Shapes and Bars: ASTM A36
P19
I
I
I
1
I
11
I
1
L
II
I
r
L
• •
Steel Tubing: Hot — formed, welded or seamless, ASTM 501 or cold —
formed ASTM A500.
Welding Electrodes: ASTM A -233, class E70 low hydrogen series
electrodes; if submerged, grade SAW -2.
Steel Pipe: ASTM A53; Type S; Grade B; black finish unless
galvanizing is required: standard weight (Schedule 40), unless otherwise shown
or specified.
Brackets, Flanges and Anchors: Cast or formed metal of the same
type material and finish as supported rails, unless otherwise indicated.
Concrete Inserts: Threaded or wedge type, galvanized ferrous
castings, either malleable iron ASTM A47 or cast steel ASTM A27. Provide
bolts, washers and shims as requires, hot —dip galvanized, ASTM AS153.
Fasteners: Provide zinc— coated fasteners for exterior use or
where built into exterior walls. Select fasteners for the type, grade and
class required.
1) Bolts and Nuts: Regular hexagon head type, ASTM A307, Grade A.
2) Lag Bolts: Square head type, FS FF —B -561.
3) Machine Screws: Cadmium plated steel, FS FOF —S -92.
4) Wood Screws: Flat head carbon steel, FS FF —S -111.
5) Plain Washers: Round, carbon steel, FS FF —W -92.
6) Lock Washers: Helical spring type carbon steel, FS FF —W -84.
7) Masonry Anchorage Devices: Expansion shields, FS FF —S -325.
Non— Shrink Grout: VEGA CHEMICALS "Florock" (714) 8545 or
SAUEREISEN "Level Fill Grout" or U.S. GROUT CORP. "Five Star."
Paint:
1) Primer for Ferrous Metal: Manufacturer's or Fabricator's
standard fast — curing, lead —free, "universal" primer; selected for good resis-
tance to normal atmospheric corrosion, for compatibility with finish paint
systems indicated and for capability to provide a sound foundation for field —
applied topcoats despite prolonged exposure; complying with performance
requirements of FS TT —P -645.
(a) Sinclair #7113 vinyl wash primer (first coat) or approved
equivalent.
(b) Sinclair #25 zinc dust primer (second coat) or approved
equivalent.
2) Finish Painting: Two coats of Sinclair — Industrial Sintec enamel
as manufactured by Sinclair Paints, Los Angeles, California 90023; (213)
268 -2511, or approved equal. Color selected by Architect.
3) Galvanized Repair Paint: High zinc dust content paint for
regalvanizing welds in galvanized steel, complying with Military Specifications
MIL —P -21035 (Ships).
G. Fabrication
Use materials of size and thickness shown or, if not shown, of
required size and thickness to produce strength and durability in finished
product. Work to dimensions shown or accepted on shop drawings, using proven
details of fabrication and support. Use type of materials shown or specified
for various components of work.
Use hot rol led steel bars for work fabricated from bar stock,
unless shown or specified to be fabricated from cold— finished or cold — rolled
stock.
[Ooze]
• •
Supply as part of this Section, miscellaneous small parts of
material thinner than 10 gauge, or items specifically called out in this
section, when such supply is a normal and accepted part of the work
Form exposed work true to line and level with accurate angles
and surfaces and straight sharp edges. Ease exposed edges to a radius of
approximately 1/32" unless otherwise shown. Form bent —metal corners to
smallest radius possible without causing grain separation or otherwise
impairing work.
Weld corners and seams continuously, complying with AWS
recommendations. At exposed connections, grind exposed welds smooth and flush,
to match and blend with adjoining surfaces.
Form exposed connections with hairline joints, flush and smooth.
Provide type of anchorage shown. Coordinate with supporting
structure. Fabricate and space anchoring devices as shown and as required to
provide adequate support for intended use.
Cut, reinforce, drill and tap miscellaneous metal work as
required to receive finish hardware and similar items.
Fabricate joints which will be exposed to weather in a manner to
exclude water or provide weep holes where water may accumulate.
Galvanizing: Provide a zinc coating for those items shown or
specified to be galvanized, as follows.
1) ASTM A123 for galvanizing rolled, pressed and forged steel
shapes, plates, bars and strip 1/8" thick and heavier.
2) ASTM A386 for galvanizing assembled steel products. Do
galvanizing after fabrication with work assembled in as large sections as can
be handled.
3) ASTM A153 for galvanizing iron and steel hardware.
4) Hot dip galvanize all exterior ferrous metal work after
fabrication.
Shop Painting: Shop paint miscellaneous metal work, except
members or portions of members to be embedded in concrete or masonry, surfaces
and edges to be field welded, and galvanized surfaces, unless otherwise
specified.
1) Remove scale, rust and other deleterious materials before
applying shop coat. Clean off heavy rust and loose mill scale in accordance
with SSPC SP -2 "Hand Tool Cleaning," or SSPC SP -3 "Power Tool Cleaning" or SSPC
SP -7 "Brush —Off Blast Cleaning."
2) Remove oil, grease and similar contaminants in accordance with
SSPC SP -1 "Solvent Cleaning."
3) Immediately after surface preparation, brush or spray on primer
in accordance with manufacturer's instructions, and at a rate to provide
uniform dry film thickness of 2.0 mils for each coat. Use painting methods
which wi11 result in full coverage of joints, corners, edges and exposed
surfaces.
4) Apply one shop coat to fabricate metal items, except apply 2
coats of paint to surfaces inaccessible after assembly or erection. Change
color of second coat to distinguish it from the first.
H. Miscellaneous Metal Fabrications
Manufacture or fabricate items to sizes, shaped and dimensions
P21
' • •
required. Furnish malleable iron washers for heads and nuts which bear on wood
structural connections; elsewhere, furnish steel washers.
I Hot dip galvanize all exterior metal work after fabrication
unless otherwise indicated. Al projections, barbs, and icicles shall be
removed after galvanizing.
Rough Hardware: Furnish bent or otherwise custom fabricated
bolts, plates, anchors, hangers, dowels and other miscellaneous steel and iron
shapes as required for framing and supporting woodwork, and for anchoring or
' securing wood work to concrete or other structures.
Miscellaneous Framing and Supports: Provide miscellaneous steel
framing and supports, as required to complete work.
1) Fabricate miscellaneous units to sizes, shapes and profiles
shown, or if not shown, of required dimensions to receive adjacent other work
to be retained by framing. Except as otherwise shown, fabricate from
structural steel shapes and plates and steel bars. of welded construction using
mitered joints for field connection. Cut, drill and tap units to receive
hardware and similar items.
2) Equip units with integrally welded anchor straps for casting
into poured concrete or building into masonry wherever required. Furnish
inserts if units must be installed after concrete is placed. Except as
otherwise shown, space anchors 24" o.c, and provide minimum anchor units of
1 -1/4" x 1 /4" x 8" steel straps.
I. Installation
Coordinate and furnish anchorages, setting drawings, diagrams,
templates, instructions, and directions for installation of anchorages, such as
concrete inserts, anchor bolts and miscellaneous items having integral anchors,
which are to be embedded in concrete or masonry construction. Coordinate
delivery of such items to project site.
Fastening to In —Place Construction: Provide anchorage devices
and fasteners where necessary for securing miscellaneous metal fabrications to
in —place construction; including, threaded fasteners for concrete and masonry
inserts, toggle bolts, through— bolts, lag bolts, wood screws and other
connectors as required.
1) Galvanize exposed fasteners to secure in —place construction.
Cutting and Fitting: Perform cutting, drilling and fitting
required for installation of miscellaneous metal fabrications. Fit exposed
connections accurately together to form tight hairline joints. Weld
connections which are not to be left as exposed joints, but cannot be shop
welded because of shipping size limitations. Grind joints smooth and touch —up
shop paint coat. Do not weld, cut or abrade the surfaces of exterior units
which have been hot —dip galvanized after fabrication, and are intended for
bolted or screwed field connections.
Placement: Set work accurately in location, alignment and
elevation, plumb, level, true and free of rack, measured from established lines
and levels. Provide temporary bracing or anchors in formwork for items which
are to be built into concrete, masonry or similar construction.
Field Welding: Comply with AWS Code for procedures of manual
shielded metal —arc welding, appearance and quality of welds made, and methods
used in correcting welding work.
I
P22
Touch —up Painting: Immediately after erection, clean field
welds, bolted connections, and abraded areas of shop paint, and paint exposed
areas with same material as used for shop painting. Apply by brush or spray to
provide a minimum dry film thickness of 2.0 mils.
For Galvanized Surfaces: Clean field welds, bolted connections
and abraded areas and apply 2 coats of galvanizing repair paint.
J. Payment
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
24.27.14 ROUGH CARPENTRY
A. General
Furnish all labor, materials, equipment, appliances and
necessary incidentals to complete all carpentry work as indicated on the
drawings and as specified herein.
B. Submittals
Certified treating reports shall be furnished to the Engineer
for all preservative treated wood products. A Certificate of Compliance shall
' be furnished to the Engineer stating the species of the material to be shipped
and that it conforms to the specified grading rules.
C. Products
ISoftwood lumber shall be quality grade stamped or shall be
accompanied by a certificate of inspection. Inspection certificates or grade
' stamps shall indicate compliance with the grading requirements of WWPA, WCLIB
(grade stamped WCLB), RIS, or other approved lumber inspection agencies.
Framing lumber Solid stock lumber of the grades and
species indicated.
Plywood sheathing APA grade stamped plywood with
exterior glue and conforming to the
requirements in Voluntary Product
Standard PS 1, Group 1 or 2, Grade C —D
except as otherwise indicated. Span
ratings as indicated on the plans.
Plywood paneling APA grade stamped plywood with
exterior glue and rough sawn surface
finish.
Building paper Kraft waterproofing building paper or
Type 15 asphalt saturated organic
roofing ply felt.
P23
1 • •
F'
I
i
I
I
I
I
C
I
1
Ii
Laminated ceiling Select Redwood kiln -dried solid stock
lumber with tongue and groove edges, 6
inch nominal width and thickness as
shown, saw textured surface on exposed
face and AITC quality mark on each
piece. Corners shall be beveled.
Douglas fir trim
Redwood trim
Rough Carpentry Hardware:
Steel plates and
rolled sections
Screws, bolts, nuts,
washers
Joist hangers, clips
and other standard
framing hardware
Select, vertical grain Douglas fir.
Clear, all heart redwood.
Mild, weldable steel, AISI grades 1016
through 1030 except 1017.
Commercial quality. Fasteners for
galvanized hardware shall be
galvanized.
Commercial quality, ICBO approved.
Fasteners in contact with redwood shall be aluminum, galvanized
steel, or stainless steel.
Stored lumber shall be neatly stacked off the ground and shall
be protected from the weather.
Resawn, sawtextured, cross sanded, or rough sawn surfaces shall
be produced by resawing or grinding rough or dressed lumber across the grain.
Such surfaces shall not be the rough surface on lumber as initially produced at
the mill.
Rough lumber shall have standard mill finish found on surfaces
of lumber that have not been finished.
D. Installation
Wood framing shall be accurately cut and assembled to provide
closely fitted members. Framing shall be erected true to the lines and grades
shown and shall be rigidly secured in place. Bracing shall be placed wherever
necessary to support all loads on the structure during erection.
Wall coverings exposed to the weather shall have a backing of
waterproof building paper or asphalt saturated rag felt applied weatherboard
fashion to the framing or sheathing. Backing shall be lapped 2 inches at
horizontal joints and 6 inches at vertical joints.
Solid 2x blocking shall be installed between framing members to
provide backup and support for all wall mounted fixtures, accessories, and
equipment.
ridge.
Rafters shall be framed directly opposite each other at the
P24
1 • •
1 Cut edges of plywood sheathing shall be sealed with paint or
sealant.
Plywood for the roof shall be installed with the face grain at
right angles to the joists.
E. Payment
' Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
24.27.15 WATERPROOFING
A. General
Furnish all labor, materials, equipment, appliances and
necessary incidentals for the complete installation of all waterproofing as
shown on the drawings and as specified herein.
B. Submittals
Product Data: Submit specifications, installation instructions,
and general recommendations from waterproofing materials manufacturer, for
waterproofing.
C. Materials
tWaterproofing: Pioneer Flintkote C -13 —E or approved equal.
D. Installation
Prime the surfaces with a brush or spray coat of waterproofing
using 1 -1/2 gal Ions per 100 square feet, thinned with not more than 20% cool
' clean water. Allow to dry thoroughly.
Comply with manufacturer's instructions for handling and
installation of waterproofing, except where more stringent requirements are
shown or specified.
Coordinate installation of waterproofing and associated work to
provide complete system complying with recommendations and manufacturer.
Schedule installation to minimize period of exposure of waterproofing
materials.
Apply waterproofing, undiluted, by brush or spray, using three
gallons per 100 square feet, in a coating of uniform thickness. Allow to dry
thoroughly.
Make sure all applications are carried down to and over footing,
forming 1 -112 in. cove at the junction of walls and footing.
' E. Protection
' Institute all required procedures for protection of completed
membrane during installation of work over membrane and throughout remainder of
IP25
construction period.
Completely remove all excess materials from job site. Clean up
all splatterings and leave job in a condition acceptable to the Architect.
F. Payment
full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
' 24.27.16 SEALANTS
A. General
Furnish all labor, materials, equipment, appliances and
necessary incidentals for the complete installation of all sealants as shown on
the drawings and in accordance with provisions of subsection 201 -3 of the
Standard Specifications except as modified herein.
Provide sealants as indicated and specified, complete.
1 Principal item of work is sealing of openings and joints indicated, specified
and required to make concrete work weather and water tight.
The applications for joint sealants are indicated in the Sealant
Schedule at the end of this section.
B. Submittals
Product Data: Submit manufacturer's specifications, performance
test data, recommendations, handling, installation and curing instructions for
each type of sealant, and associated miscellaneous material required.
Samples: Submit 3, 12" long samples of each color required
(except black) for each type of sealant exposed to view.
C. Materials
General Sealant Performance Requirements: Provide colors
indicated or, if not otherwise indicated, as selected by Engineer from
manufacturer's standard colors. Select materials for compatibility with joint
surfaces and other indicated exposures, and except as otherwise indicated
select modulus of elasticity and hardness or grade recommended by manufacturer
for each application indicated. Where exposed to foot traffic, select
marketing materials of sufficient strength and hardness to withstand stiletto
heel traffic without damage or deterioration of sealant system.
Sealant No. 1 — One— Component Polyurethane Sealant:
Polyurethane— based, one —part elastomeric sealant, complying with FS TT —S- 00230,
Type 2 (non —sag).
Provide one of the following products: Dymonic: Tremco, Inc.;
Rubbercalk 6000: Products Research & Chemical Corp.; or approved equal.
Sealant No. 2 — One— Component Polysulfide Sealant: Polysulfide
based, one —part elastomeric sealant, complying with FS TT —S- 00230, Class A,
Type II (non —sag).
IP26
I ) Provide one of the following products: FIexseaI: Dap, Inc.;
GC -9 Synthacalk: Pecora Corp.; Rubbercalk 5000 —S or 7000: Products Research &
Chemical Corp.; or approved equal.
Sealant No. 3 — Two— Component Polyurethane Sealant:
Polyurethane —based 2 —part elastomeric sealant, complying with FS TT —S- 00227,
' Class A, Type 1 (self — leveling) unless Type 2 recommended by manufacturer for
application shown.
1) Provide one of the following products: N.R. -200 Urexpan:
Pecora Corp.; Sonolastic Paving: Sonneborn; Rubbercalk 270: Products Research
& Chemical Corp.; THC -900: Tremco, Inc.; or approved equal.
Joint Primer /Sealer: Provide type of joint primer /sealer
recommended by sealant manufacturer for joint surfaces to be primed or sealed.
' Bond Breaker Tape. Polyethylene tape or other plastic tape as
recommended by sealant manufacturer to be applied to sealant— contact surfaces
where bond to substrate or joint filler must be avoided for proper performance
' of sealant. Provide self— adhesive tape where applicable.
Sealant Backer Rod: Compressible rod stock of polyethylene
foam, polyethylene jacketed polyurethane foam, butyl rubber foam, neoprene foam
or other flexible, permanent, durable nonabsorptive material as recommended by
sealant manufacturer for compatibility with sealant.
D. Installation
' Inspect substrate and conditions under which waterproofing work
is to be performed. Do not proceed until satisfactory conditions or
discrepancies have been corrected.
Clean joint surfaces immediately before installation of sealant
of calking compound. Remove dirt, insecure coatings, moisture and other
substances which could interfere with bond of sealant or calking compound.
Etch concrete and masonry joint surfaces as recommended by sealant
manufacturer. Roughen vitreous and glazed joint surfaces as recommended by
sealant manufacturer.
' Prime or seal joint surfaces where indicated, and where
recommended by sealant manufacturer. Do not allow primer /sealer to spill or
migrate onto adjoining surfaces.
Set joint filler units at proper depth or position in joint to
' coordinate with other work, including installation of bond breakers, backer
rods and sealants. Do not leave voids or gaps between ends of joint filler
units.
Install sealant backer rod for sealants, except where shown to
be omitted or recommended to be omitted by sealant manufacturer for application
indicated.
' Install bond breaker tape where indicated and where required by
manufacturer's recommendations to ensure that elastomeric sealants will perform
properly.
Employ only proven installation techniques, which will ensure
that sealants are deposited in uniform, continuous ribbons without gaps or air
pockets, with complete "wetting" of joint bond surfaces equally on opposite
sides. Except as otherwise indicated, fill sealant rabbet to a slightly
concave surface, slightly below adjoining surfaces. Where horizontal joints
are between a horizontal surface and vertical surface, fill joint to form a
slight cove, so that joint will not trap moisture and dirt.
P27
I
• •
1) Tool joints to form smooth, uniform beads with slightly concave
surfaces, with finished joints straight, uniform, smooth and neatly finished.
Remove any excess sealant from adjacent surfaces of joint, leaving the work in
a neat, clean condition. Do not use tooling agents unless recommended by
sealant manufacturer.
' Seal Joints before adjacent surfaces are waterproofed or
painted.
Install sealant to depths as shown or, if not shown, as
recommended by sealant manufacturer but within the following general
limitations, measured at center (thin) section of bead:
1) For sidewalks, pavements and similar joints sealed with
elastomeric sealants and subject to traffic and other abrasion and indentation
exposures, fill joints to a depth equal to 75% of joint width, but neither more
than 12" deep nor less than 3/8" deep.
2) For normal moving joints sealed with elastomeric sealants but
not subject to traffic, fill joints to a depth equal to 50% of joint width, but
neither more than 112" deep nor less than 1/4" deep.
Where an irregular surface or sensitive joint border exists
apply masking tape at edge of joint to insure joint neatness and protection.
Remove masking tape after sealant is applied.
Spi11age: Do not allow sealants or compounds to overflow or
spill onto adjoining surfaces, or to migrate into voids of adjoining surfaces.
' Clean adjoining surfaces by whatever means may be necessary to eliminate
evidence of spillage.
Recess exposed edges of exposed joint fillers slightly behind
adjoining surfaces, unless otherwise shown, so that compressed units will not
protrude from joints.
Bond ends of joint filler together with adhesive or "weld" by
other means as recommended by manufacturer to ensure continuous watertight and
airtight performance.
E. Sealant Schedule
' Expansion and control joints:
Sealant No. 1
Sealant No. 2
Horizontal joints in pavement and sidewalks:
Sealant No. 3
F. Payment
Full compensation for conforming to the requirements of this
1 article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
24.27.17 BUILT —UP ROOFING
A. General
Furnish and install roofing as shown on the plans, and in
accordance with the provisions of this article.
1 P28
1 • •
Built —up roofing shall be an asphalt and asphalt saturated
organic felt roofing system or an asphalt and asphalt impregnated glass fiber
felt roofing system and shall conform to the requirements in these special
provisions.
Built —up roofing consists of a 4 —ply built —up roof covering
including all bitumens, cements, felts, fabrics, aggregate surfacing,
' flashings, wood nailers, cant strips, and fasteners for constructing the roof
covering.
B. Submittals
Submit for approval a complete list of materials to be used,
including manufacturer's name and complete information on the materials and
their recommended uses. Indicate flash point temperature and finish blowing
temperature.
Deliver materials to the project in labeled containers or
wrappings sufficiently ahead of their use to allow sampling and testing by the
City. Do not heat bitumens before sampling.
C. Products
' Components shall be compatible and recommended by the
manufacturer for their intended use.
' Products or product containers shall be labeled to indicate
compliance with ASTM specifications or shall be accompanied by a Certificate of
Compliance.
Roofing materials shall conform to the rules for control of
volatile organic emissions adopted by the air pollution control district that
has jurisdiction,
knk
I
1
I
I
I
Bitumin
Organic roofing felt
ASTM Designation: D 312, Type III,
roofing asphalt.
Asphalt saturated organic felt, ASTM
Designation: D 226, No. 15
perforated.
Glass fiber roofing felt Asphalt impregnated glass fiber felt.
ASTM Designation: D 2178, Type IV.
Flashing felt No. 15, asphalt saturated, perforated
asbestos felt, ASTM Designation:
D 250; or asphalt impregnated glass
fiber felt, ASTM Designation:
D 2178, Type IV.
Aggregate Gravel averaging 500 —lbs. per square.
Combination felt Combination flashing felt, inorganic
mat saturated and coated with
weathering grade asphalt, and surfaced
with white colored fine mineral
granules.
P29
1 • •
Roofing nails and Galvanized, nominal 15/16 in minimum
fasteners diameter head or nailed through
nominal 15/16 inch minimum diameter
galvanized cap. Shanks sha11 be
' annular threaded, or barbed.
' Surfaces to be covered shall be smooth, hard and dry, and shall
be free from high spots, depressions, frost or defects from frost, dust,
loosened material or debris. Fill or cover openings, holes or crevices before
any roofing materials are applied.
Install treated wood nailers at the locations shown.
Wood nailers shall be of 2x solid stock treated lumber.
Fasten wood nailers to parapet curb wall using 3/8 diameter
anchor bolts at 36 inch maximum spacing. Predrill and countersink wood nailer
for each anchor bolt.
Install cants at all intersections of the roof deck and vertical
' wal is or curbs, except as otherwise shown. Cants shall be tight fitting and
shall be rigidly and securely attached to the decking or insulation.
Install built —up roofing to provide a watertight, non — leaking
roof covering.
IP30
11
Plastic cement
ASTM Designation: D2822, Type I.
Johns Manville "Asbestile," Koppers
"Flash —on 441," GAF "Flashtite," or
equivalent.
Cant strips
Pressure treated Douglas fir or
asphalt impregnated pressed wood or
same material as insulation. Do not
use sheet metal cants. Wood
preservative shall be waterborne type.
Wood nailer
2x pressure treated solid stock
Douglas fir. Wood preservative shall
'
be waterborne type.
Metal flashings and
See "Sheet Metal Work" in these
counterflashings, and special provisions.
other sheet metal
D. Protection
Roofing products
that are wet or have been wet will be
considered damaged. Do not use
damaged products. Do not store products
directly on surfaces that may transmit
moisture into the products.
Set stored or stockpiled
roofing on end and protect from the
elements. Do not use felt rolls compressed into an oval cross section. Do not
use felts damaged from exposure to
sunlight and felts that are torn or cut.
E. Installation
' Surfaces to be covered shall be smooth, hard and dry, and shall
be free from high spots, depressions, frost or defects from frost, dust,
loosened material or debris. Fill or cover openings, holes or crevices before
any roofing materials are applied.
Install treated wood nailers at the locations shown.
Wood nailers shall be of 2x solid stock treated lumber.
Fasten wood nailers to parapet curb wall using 3/8 diameter
anchor bolts at 36 inch maximum spacing. Predrill and countersink wood nailer
for each anchor bolt.
Install cants at all intersections of the roof deck and vertical
' wal is or curbs, except as otherwise shown. Cants shall be tight fitting and
shall be rigidly and securely attached to the decking or insulation.
Install built —up roofing to provide a watertight, non — leaking
roof covering.
IP30
11
Coordinate and schedule built —up roofing work and work of other
trades to minimize interference and to eliminate traffic on the completed
1 built —up roof.
Do not apply built —up roofinc, in wet weather or when ambient air
temperature is below 50 degrees F. Set all drainage fixtures at the proper
' level to permit free flow of water.
Do not apply roofing material to wet or damp surfaces. Moisture
transfer to colored toilet tissue or Kleunex brought in contact with roof
surfaces shall indicate that the surfaces are too wet to apply roofing
material. Foaming of a pint of bitumen heated to 44 degrees F. and applied to
the deck surface shaI l indicate that the deck is not dry enough to roof. If
the applied hot bitumen can be chipped clean from the deck after it cools, the
' deck is not dry enough to roof.
Begin roof covering application at far points on the deck and
proceed toward the area where materials are hoisted to the deck.
Lay roof covering with long edges parallel to the roof slope.
Lay three layers of roofing felt shingle fashion (lapping 24 2/3
inches) into uniform solid moppings of hot bitumin. Lay roofing felt with 4
inch end laps. Splice end splices in overlapping roofing plies at least 12
inches apart.
Lay all plies of roofing felts in the same direction. Do not
change the direction of laying felts in contiguous areas of the roof unless
separated by a structural expansion joint, roof hip, ridge, valley, or an 8
inch high area divider extending across the entire roof.
Coat felts with bitumen the same day they are placed. If the
aggregate surfacing is not applied the same day felts are applied, glaze coat
the surface of the roof covering with a solid mopping of bitumen in addition to
the moppings specified.
Broom felts (squeegeed for glass fiber felts) during
construction to minimize voids, fish mouths or wrinkles and to firmly embed the
felts into the hot bitumen. If voids, fish mouths or wrinkles are built into a
ply, cut, remop, and repair with at least one ply of reinforcing material and
' hot bitumen before applying the next ply.
Cover torn or damaged areas of the installed plies with one
additional ply of similar material set in a solid application of hot bitumen.
At the end of each day's work, install temporary water cutoffs,
' consisting of 2 plies of roofing felt, solid mopped into place, to protect the
exposed insulation and roofing. Remove cutoffs when work is resumed.
Bitumen shall be within 25 degrees F. of the equiviscous
temperature at the point of application on the roof. Do not heat bitumen above
the finished blowing temperature for extended periods of time. Keep the
temperature of bitumen at least 25 degrees F. below its flashpoint temperature.
Temporarily suspend roofing operations during bad weather until more favorable
' weather conditions exist rather then deviate from these bitumen heating
requirements.
Apply bitumen in a thin, continuous, uniform coating without
skips or dry spots. Nowhere shall felt touch felt. Each application of
bitumen shall be at a rate of between 15 and 25 pounds per 100 square feet for
organic felts, and between 20 and 30 pounds per 100 square feet for glass fiber
` felts.
I
I
P31
Solid mop roofing plies to cants and extended up vertical walls
or curbs, without mopping, for a height of 2 inches (nominal) above cants.
Solid mop roofing between plies.
Install flashings as the roofing progresses to protect all
existing and new facilities from injury or damage resulting from rain, wind,
and storms. Correct any injury or damage resulting from rain, wind, or storms
at the Contractor's expense. Place flashings over roofing felts before
aggregate surface is placed, unless otherwise shown.
Prime concrete or masonry surfaces before application of
' membrane flashings.
Membrane base flashing shall be one layer of flashing felt
covered with one layer of combination felt, each firmly embedded in a solid
' mopping of hot bitumen without skips or dry spots and free of voids, fish
mouths and wrinkles. Nail the top edge of combination felt at 8 inch maximum
spacing. Cover the bottom edge of combination felt with a 4 inch wide strip of
flashing felt set in a solid application of hot bitumen. Cap vertical splices
of combination felt 3 inches, nailed at 4 inch maximum spacing and covered with
a 4 inch wide strip of flashing felt firmly embedded in plastic cement. Coat
strippings at vertical joints and bottom edges with plastic cement.
Extend base flashings beneath metal counterflashing at least 4
inches above the bottom edge, unless otherwise shown. Run membrane base
flashing from the top of curb or termination under metal flashings across the
cant to at least 4 inches onto the deck, feathering each successive ply at
least 3 inches further onto the deck. Nail base flashing at 6 inch centers at
top edges. Cover nail heads with flashing cement.
Set metal edgings and cap flashings in a solid bed of plastic
' cement and secure with fasteners of the same type metal as the flange. Seal
deck flanges of such edgings and flashings using a minimum of 2 plies of
flashing felt stripping feathered onto the deck at least 3 inches per ply and
' set in solid trowelling of plastic cement. Coat stripping with a 1/4 inch
thickness of plastic cement.
At vertical surfaces without metal flashings, seal the edge of
' the membrane flashing with a 6 inch wide by 1/4 inch thick coating of flashing
cement reinforced with 6 inch wide mesh tape.
Flash all sheet metal accessories, pipes, expansion joints, area
dividers, and any penetrations in the roofing weathertight.
' Trowel plastic cement to the top of flashings at the end of each
day's operations to close joints and prevent water from entering behind
flashing until counter flashing is placed.
Aggregate Surfacing: Promptly after completion of BUR membrane,
edge treatment and set -on accessories in each substantial area of roofing,
flood -coat surface as indicated and, while each small area is hot and fluid,
' cast the following approximate weight of aggregate in a uniform course.
1) Flood Coat: 75 -lbs. per square of coal -tar bitumen.
2) Aggregate: Gravel, averaging 500 -lbs, per square.
3) Do not instal 1 flood coating of bitumen and aggregate surface
' course at edges of roofing until composition flashing and stripping work has
been completed. Glaze -coat organic ply sheet courses where surfacing cannot be
installed on the same day. Delay aggregate surfacing only as long as necessary
' to substantially complete edge work and tests (if any).
' P32
LJ
i
' F. Payment
' Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
' 24.27.18 FLASHING AND SHEET METAL
A. General
' Install sheet metal, including metal fl ash ings,
counterf lashings, straps, gutters, downspouts, gravel stops, reglets, and roof
' jacks in accordance with the provisions of this article.
Deliver sheet metal to be built into masonry, concrete, or
roofing at the proper time for incorporation into the work.
P33
I
B.
Products
Sheet steel
ASTM Designation: A 366 or A 569, zinc
coated, not less than 0.028 inch
'
nominal thickness. Surfaces to be
painted shall not have factory
coatings on galvanizing that cannot be
removed by paint thinner.
Sheet lead
ASTM Designation: B 29 not less than
0.062 inch nominal thickness, made
from chemical lead.
Solder
ASTM Designation: B 32, alloy grade
50A (50 -50).
Soldering flux
Acid type, Federal Specification:
0 —F -506, Type I, Form A.
Plastic cement
Federal Specification: SS —C -153 Type
I, asphalt base, containing asbestos
fiber.
C.
Miscellaneous Metal
Flashings
'
as specified
Metal flashings,
under "Mechanical"
collars, and counterf lashings shall be provided
for vents, flues, ducts and similar projections
through the
roof.
D.
Installation
Assemble sheet
metal to Sheet Metal and Air Conditioning
'
Contractors
National Association
Standards.
P33
I
' • •
Form sheet metal to the sizes, shapes and dimensions shown on
the plans or specified with angles and lines straight, sharp and in true
' alignment. Keep the number of joints to a minimum.
Replace sheet metel that is marred or incorrectly bent with
undamaged units.
' Close joints in sheet metal work watertight unless slip joints
are specifically required. Interlock watertight joints and then thoroughly
solder.
Wipe clean of flux all joints after soldering. Neutralize acid
flux by washing the joints with sodium bicarbonate and then flushing with clean
water.
Form flashings with a 45 degree drip return at bottom edges.
Unless otherwise indicated, extend counterflashing not less than 4 inches over
roofing or other materials protected by the counterflashing and arrange so that
roofing or materials can be repaired without damage to the counterflashing.
Where reglets are indicated, fasten counterflashing thereto by lead wedges or
' approved snap —in flashing.
Install roof drains weathertight according to the manufacturer's
installation instructions.
' After metal work is completed and watertight, cover flashings by
one of the following methods:
1) Clean the top of the stop flanges and inside the upstanding lip
at the joints with an acid etching detergent, rinse and dry. Apply 112 inch
thick coat of plastic cement on the roof flange and onto the roofing at least 4
inches. Apply a 112 inch thick coat of plastic cement 4 inches wide on the
upstanding lip at the joints.
2) Apply a hot mopping of roofing asphalt or a uniform coating of
plastic cement over which shall be laid Type 30 asphalt saturated felt strips,
10 inches and 13 inches wide, in 2 layers over the flange of the stops
feathered out onto the roofing.
E. Payment
' Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
24.27.19 SKYLIGHTS
' A. General
Furnish and install skylights as shown on the plans, and in
' accordance with the provisions of this article.
B. Products
Skylights shall be translucent 1/4" lexan lens mounted on full
soldered copper curb as manufactured by Restroom Facilities Products or
equivalent.
' Catalog cuts and installation details shall be submitted for
approval.
IP34
' • •
Sky li 9 hts shall be flashed and installed weathertight and shall
be fastened to the roof securely and rigidly.
1 ,C. Payment
' Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
P35
24.27.20
WOOD DOORS
A.
General
Furnish and
install hinged wood doors and their frames in
accordance with
the provisions
of this article.
B.
Submittals
Catalog cuts
and a schedule shall be submitted for approval.
The schedule
shall include
description of type, location and size for each door
'
and frame.
1 '
C.
Products
Wood door
Woodwork Institute of California (WIC)
"Custom" grade flush, solid core wood
'
doors as shown on the plans. All
hinged wood door faces shall be
woodgrain embossed phenolic resin
impregnated overlaid surface fused to
1/8 inch thick Type I exterior
hardwood plywood under heat and
'
pressure. Core shall be solid
particle board with minimum density of
28 pounds. Framing shall be solid
stock wood. Where fire rated doors
are shown, solid core doors shall be
UL labeled for the fire resistance
indicated on the plans. Doors shal l
bear the WIC quality grade mark or
shall be accompanied by a Certificate
of Compliance.
Wood frame
Clear, paint grade, pine except as
noted otherwise on the plans.
Sealants
Ultraviolet and ozone resistant, gun
'
grade polysulfide or polyurethane,
multicomponent, Federal Specification
'
TT —S -227.
P35
D. Installation
Install doors and frames rigidly, securely, plumb and true and
so the doors operate freely without rubbing or binding. Clearance between
frame and door shall be not more than 1/8 inch. Seal the exterior frame
' weathertight.
Secure door frames to wal is with anchor bolts as indicated on
the plans.
E. Payment
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
' 24.27.21 FINISH HARDWARE
A. General
' Furnish and install finish hardware in accordance with the
materials manufacturer's recommendations and the provisions of this article.
Submit a complete list of all finish hardware for approval.
Include the make, model, and location of each item to be furnished. The list
shall be approved before installing any of the hardware listed thereon.
Submit catalog cuts for approval of "or equivalent" items.
' B. Products
'
Door Hardware:
Butt hinges
1 112 pair per door or gate leaf, 5" x
5" full mortise heavy weight hinges
'
with 4 nondetachable permanently
lubricated bearings, Stanley FBB 199,
Hager BB 1199, Lawrence BB 5151, or
equivalent. Nonremovable pin.
Floor mounted door stop
Cast bronze with plated metal finish,
'
dome shaped, one inch high for the 2
inch diameter base, equipped with 2
mounting screws or one screw and one
lug.
'
Coat /hat hook and stop
Cast metal with chromium plated finish
and rubber tipped bumper stop.
'
Closers
LCN 4014, Norton 7704, Corbin 110, or
equivalent: sprayed finish. Closers
'
shall be rated by the manufacturer for
location and width of door to be used,
IJ
P36
L
I�
I
1
LI
1
1
I
11
C]
1
1
• •
except parallel arm closers shall be
rated for width at least 4 inches
greater than actual door width. Set
at door operating force of 8.5 pounds
for exterior doors and 5 pounds for
interior doors.
Finish hardware shall have US 10 bronze metal plated finish,
except as otherwise noted.
Door hardware schedule for the building is noted on the plans.
Locks and cylinders shall be 6 pin "0" cut with the keyway to
match existing master key system. Each lock or cylinder shall be provided with
2 key blanks. Deliver blank keys and cylinders to the Engineer for combinating
and cutting of keys 2 weeks prior to the final inspection date. Combinated
cylinders will be returned to the Contractor for installation.
C. Installation
Fit hardware items accurately and apply, adjust, and lubricate
in accordance with the manufacturer's instructions. Installation shall provide
proper operation without bind or excessive play.
Install hinges at equal spacing with the center of the end
hinges not more than 9 5/8 inches from the top and bottom of the door. Center
push plates and door pulls 4 feet from the finished floor. Install Iocksets,
latchsets and panic exit mechanisms 40 5/16 inches from the finished floor.
Mount kick plates on the push side of doors, one inch clear of door edges.
Remove hardware, except hinges, from surfaces to be painted
before painting.
Upon completion of installation and adjustment, deliver to the
Engineer all dogging keys, closer valve keys, lock spanner wrenches, and other
factory furnished installation aids, instructions and maintenance guides.
Provide parallel arm closers at locations where clearances are
inadequate for regular arm closers and at locations specifically designated on
the plans. Outswinging exterior doors shall have parallel arm closers.
D. Payment
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
24.27.22 PAINTING
A. General
This work shall consist of field painting all exposed wood
surfaces except those surfaces excluded in these special provisions or on the
plans. The term "coating," as used herein, includes enamels, paints,
pretreatment primers, stains, sealers, filler, emulsions, and other coatings
whether used as first, intermediate, or finish coats.
The coatings specified in this section are in addition to any
factory finishes, shop priming, or surface treatment specified under other
sections. All colors shall be selected by the Engineer.
P37
1 0 0
' B. Products
IP38
All coatings shall be the best quality grade of specified types
as regularly
manufactured by a recognized coating manufacturer. Deliver
materials to
the project site in original unopened containers with labels
ntact.
Thinners and coloring tints shall conform to the coating
manufacturer's
recommendations.
Coatings shall conform to the rules for control of volatile
organic compound
emissions adopted by the air pollution control district in the
'
air basin in which
such coatings are applied.
Coatings shall not contain lead type pigments.
C.
Coating Systems
Surface Finish Specifications
Wood Paint 1 application exterior oil base wood
primer at exterior surfaces and 1
application interior oil base wood
I
primer on interior surfaces. 2
applications acrylic latex enamel
(semi— gloss).
'
D.
Payment
Ful1 compensation for conforming to the requirements of this
'
article shall
be considered as included in the contract bid prices paid for the
various items
of work, and no additional compensation will be allowed therefor.
24,27.23
TOILET ROOM ACCESSORIES
A.
General
'
Furnish and install toilet room accessories in accordance with
the materials
manufacturer's recommendations and the provisions of this
article.
'
Catalog cuts and installation details shall be submitted for
approval.
'B.
Products
Stainless steel surfaces exposed to view shall have No. 4 satin
1
finish.
Toilet tissue dispenser Stainless steel tissue dispenser.
Approximate dimensions: 8 112 inch by
'
5 inch by 3 inch deep. Capacity:
1300 double or single fold sheets.
Two dispensers per toilet stall.
IP38
' • •
Mirror, wall hung 1/4 inch laminated safety glass mirror
withnon- moisture- absorbing filler,
galvanized steel backing and stainless
steel frame, The frame shall have
mitered, welded, and ground smooth
corners. Fasteners shall not
' penetrate surfaces of the frame
exposed to view.
Steel grab bars Stainless steel 1 112 inch diameter
bars with integral mounting flanges
concealed under integral escutcheons.
C. Installation
Install toilet room accessories at the locations shown on the
plans.
Conceal tamper proof fasteners for mounting toilet room
accessories.
Use expansion anchors for mounting accessories on masonry or
concrete walls.
Mount toilet room accessories after painting work is complete.
Mount all toilet room accessories plumb, secure and rigid.
Support grab bars adequately so the bars will withstand an applied load of 500
pounds at any point.
1 24.27.24 ELECTRICAL
A. General
Furnish all labor, materials, equipment and services required to
construct and install the complete electrical system shown on the plans and
specified in this section.
' B. Rules and Regulations
All work performed and materials installed shall conform to the
National Electrical Code; the California Administrative Codes, Title 24, Part
3, "Basic Electrical Regulations," and Title 8, Chapter 4, "Electrical Safety
Orders;" and all local ordinances.
' C. Submittals
1 Submit for approval a complete list of equipment which is
proposed to be installed and such other data as may be required by the
Engineer.
P39
I
I
11
I
I
I
ul
F. Painting
Wooden mounting panels shall be primed and painted on both sides
prior to installation of the panel on the wall and equipment on the panel.
Priming paint shall be wood primer conforming to Federal Specifications TT —P-
001984. The finish coat shall be a gray, semi —gloss enamel conforming to
Federal Specification TT —E -489, Class A, Air Drying. This enamel may be
thinned with Thinner; Federal Specification TT— T -291E, Type II, Grade A
(Mineral Spirits).
G. Earthwork
Earthwork for electrical lines shall conform to the requirements
specified for conduits under "Earthwork" of these special provisions. In areas
otherwise to remain undisturbed, removed surfacing, base, and concrete shall be
replaced with materials equal to or better in quality and to the same
thicknesses as surrounding materials.
H. Materials and Methods
Conduits: Unless otherwise shown or specified, all conduit
above ground shall be threaded, hot —dip galvanized inside and outside, rigid
steel conduit with threaded steel or malleable iron fittings.
Electrical metallic tubing may be used in furred spaces and for
exposed work indoors above the switch height. Electrical metallic tubing shall
be cold — rolled steel with zinc coating outside and enamel or lacquer coating
inside. Fittings shall be compression ring or gripping ring type.
Run exposed conduits parallel to and at right angles to building
lines.
' which are to
polypropylene
of pu 1 1 wire
termination.
1
Install a No. 12 copper pull wire or a pull rope in all conduits
receive future conductors. The pull rope shall be nylon or
with a minimum tensile strength of 500 pounds. At least 2 feet
or rope shall be doubled back into the conduit at each
P40
D.
Testing
After electrical system work is
complete, the
electrical system
'
shall be tested to demonstrate that the
electrical system
functions properly.
The Contractor
shall make necessary repairs,
replacements
and retests at his
expense.
'
E.
Mounting Height
Unless otherwise shown on
the
plans, the
following mounting
heights above
finished floor shall apply:
Panelboards
5'6"
to highest
circuit breaker
handle.
Wall switches
410"
'
Convenience outlet
314"
I
11
I
I
I
ul
F. Painting
Wooden mounting panels shall be primed and painted on both sides
prior to installation of the panel on the wall and equipment on the panel.
Priming paint shall be wood primer conforming to Federal Specifications TT —P-
001984. The finish coat shall be a gray, semi —gloss enamel conforming to
Federal Specification TT —E -489, Class A, Air Drying. This enamel may be
thinned with Thinner; Federal Specification TT— T -291E, Type II, Grade A
(Mineral Spirits).
G. Earthwork
Earthwork for electrical lines shall conform to the requirements
specified for conduits under "Earthwork" of these special provisions. In areas
otherwise to remain undisturbed, removed surfacing, base, and concrete shall be
replaced with materials equal to or better in quality and to the same
thicknesses as surrounding materials.
H. Materials and Methods
Conduits: Unless otherwise shown or specified, all conduit
above ground shall be threaded, hot —dip galvanized inside and outside, rigid
steel conduit with threaded steel or malleable iron fittings.
Electrical metallic tubing may be used in furred spaces and for
exposed work indoors above the switch height. Electrical metallic tubing shall
be cold — rolled steel with zinc coating outside and enamel or lacquer coating
inside. Fittings shall be compression ring or gripping ring type.
Run exposed conduits parallel to and at right angles to building
lines.
' which are to
polypropylene
of pu 1 1 wire
termination.
1
Install a No. 12 copper pull wire or a pull rope in all conduits
receive future conductors. The pull rope shall be nylon or
with a minimum tensile strength of 500 pounds. At least 2 feet
or rope shall be doubled back into the conduit at each
P40
•
1]
' Conductors: Conductors shall be copper.
Building wire conductors No. 10 AWG and smaller shall be solid.
Control wire conductors and all conductors No. 8 AWG and larger shall be
stranded.
Unless otherwise shown or specified, conductor types shall be as
' follows: (1) Conductors No. 2 AWG and smaller shall by Type THHN in dry
locations and Type THWN in wet locations, (2) Conductors No. 1 AWG and larger
shall by Type XHHW or shall be Type THHN in dry locations and Type THWN in wet
1 locations.
In addition to color coding required by the National Electrical
Code, all phase wires shall be color coded by continuously colored insulation
or by colored tape at each connection. Phase wire color coding shal l be as
follows:
System Color Code
' 120/240V— single phase Black, Red
Where more than one branch circuit enters or leaves a conduit,
panel, gutter, or junction box, each conductor shall be identified by its
panelboard and circuit number. Identify all control conductors at each
termination with the wire numbers shown on the plans. Make identification with
(1) adhesive backed paper or cloth wrap— around markers with clear, heat
shrinkable tubing sealed over the markers, or (2) close fitting machine
imprinted plastic sleeves.
Wire Connections and Devices: Conductor connectors and lugs
shall be pressure or compression type except that connectors for No. 10 AWG and
smaller conductors in dry locations may be preinsulated spring — pressure type.
Al pressure type connectors and lugs shall be retightened after the initial
1 set.
Splices and joints shall be insulated with insulation equivalent
to that of the conductors. Splices in underground pull boxes and similar
locations shall be made watertight.
Outlet, Device and Junction Boxes: Where one or more threaded
steel conduits are required to connect to an outlet, device or junction box,
the box shall be a cast metal box with threaded hubs. Unless otherwise shown
or specified, all other boxes shall be sheet steel boxes galvanized after
fabrication. Weatherproof outlet, device and junction boxes shall have cast
metal covers with gaskets. Unless otherwise shown or specified, all other
boxes shall have standard galvanized covers.
Underground pull boxes shall be underground reinforced concrete
boxes and covers with hold —down bolts. Number 3 112 pull box shall be Brooks
I Products No. 3 112, Christy Concrete Products N9 or equivalent. Number 5 pull
box shall be Brooks Products No. 5, Christy Concrete Products N30, or
equivalent.
Electric service pull boxes shall be marked "ELECTRICAL."
1 Communication pull boxes shall have plain covers.
Wiring Devices: Convenience outlets shall be 3 —wire, 15 ampere,
125 —volt AC, grounding type specification grade receptacles single or duplex as
' shown on the plans.
Snap switches shall be 20— ampere, 120/277 —volt AC, specification
grade switches with brown handles.
' P41
Cover plates for all receptacle outlets shall be Type 430
stainless steel, 0.040 inch thick, with satin finish.
Supporting Devices: Secure hangers, brackets, conduit straps,
supports, and electrical equipment to surfaces by means of toggle bolts on
hollow masonry; expansion shields and machinery screws or standard preset
inserts on concrete or solid masonry: machine screws or bolts on metal
surfaces; and wood screws on wood construction.
Supporting devices shall be corrosion resistant.
Panelboards: Each panelboard shall be single phase, 3 —wire,
1 120/240 volts, with insulated groundable neutral bar, main circuit breaker and
branch circuit breakers as shown on the plans. The circuit breakers shall have
an interrupting rating of not less than 10,000 amperes RMS symmetrical at
1201240 volts. Install panelboard in a surface type enclosure as indicated on
the plans, complete with hinged door and flush lock. Panelboard shall be
Square D —Q0, 12M 100 RB or equivalent.
1 I. Payment
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
l24.27.25 PLUMBING
' Domestic water in ground Type K hard or soft copper tubing;
beyond 5'0" from ASTM Designation: B 88. Wrought
buildings copper or cast bronze brazed joint
P42
pressure fittings, stop type couplings
and threaded adapters.
A. General
i
Furnish and install plumbing
in accordance with the provisions
of this article. Pipe sizes shown are
nominal inside diameters. No increase
or decrease for the pipe size shown on
the plans wiI l be permitted except by
written approval of the Owner's Representative.
Copper tubing systems shall
use IPS red brass pipe for connections
to faucets, flush valves, compression
stops or similar items requiring rigid
piping. Brass pipe shall extend from
the fixture to the point where the
pipe can be fastened to the building
construction.
B. Products
Pipe and Fittings:
Domestic water (CW & HW)
Type L hard copper tubing; ASTM
in buildings
Designation: B 88. Wrought copper or
'
cast bronze solder joint pressure
fittings, stop type couplings and
threaded adapters.
' Domestic water in ground Type K hard or soft copper tubing;
beyond 5'0" from ASTM Designation: B 88. Wrought
buildings copper or cast bronze brazed joint
P42
pressure fittings, stop type couplings
and threaded adapters.
5,
I
11
LI
I
I
I
i
I
11
�I
u
I
I
11
• •
Polyvinyl chloride (PVC) plastic pipe
and fittings; ASTM Designation: D
2241, Type I, Grade 1, Standard
Dimension Ratio 21, rated for 200 psi
working pressure at 73 degrees F.,
National Sanitation Foundation
approved. Pipe shall have bell ends
conforming to ASTM Designation: D 3139
with triple edge rubber sealing ring,
Johns Manville "Ring Tite," Flintkote
"Bell Joint," Vis Queen "Bell Ring,"
or equivalent. For pipe sizes 1 1j4
inch and smaller, plain end pipe with
solvent welded fittings; ASTM
Designation: D 2241, Type 1, Grade 1,
SDR 21, rated for 200 psi may be used.
Sanitary vent piping Schedule 40 galvanized steel pipe ASTM
above ground in Designation: A 120 or A 53. Black
building size 2 112 cast iron recessed drainage fittings
inch or less or hubless cast iron soil pipe as
specified below.
Sanitary drain and vent Hubless cast iron soil pipe with
piping above ground in neoprene gaskets, corrugated stainless
building steel shields and stainless steel
clamps; Cast Iron Soil Pipe
— and — Institute's Standard 301. Joint
materials shall be furnished by pipe
Sanitary drain and vent manufacturer. Horizontal and vertical
piping below ground in hubless piping shall be securely
building and to 5'0" supported and braced to prevent
beyond swaying or sagging or flexing of
joints.
Sanitary drain piping Vitrified clay sewer pipe and
fittings; ASTM Designation: C 700,
with resilient cold joint ends; hot
pour joint ends; or hubless type with
neoprene gaskets, stainless steel
clamps and hexagon head bolts. Cold
joints shall be made with
interlocking, resilient, mechanical
compression joint, formed on pipe at
factory, ASTM Designation: C 425,
Type 1. When clay pipe is to join
cast iron soil pipe, joints shall be
made between bell end of clay pipe and
spigot end of cast iron soil pipe
using gasket and bitumastic joint
compound as specified for hot pour
P43
joints. Polyvinyl chloride (PVC)
plastic pipe and fittings; ASTM
Designation: D 3033 or D 3034,
Standard Dimension Ratio 35.
Pipe Fittings: Unions for steel pipe shall be 250 pound,
threaded malleable iron, ground joint, brass to iron seat, galvanized or black
to match piping.
Unions for copper or brass pipe shall be 150 pound cast bronze,
' ground joint, bronze to bronze seat with silver brazing threadless ends or 125
pound cast brass, ground joint, brass to brass seat with threaded ends.
Unions for brass waste and flush pipes may be either slip or
flange joint unions with soft rubber or leather gaskets. Unions shall be
placed on the fixture side of the traps.
Insulating Connections: Insulating connections at locations
specified or shown on the plans shall be insulating flange, or unions, as
' applicable. F.H. Maloney, Walter C. Vallett, Service Engineers, Central
Plastics, Corro —Ban Products, Epco, or equivalent, constructed so that the 2
pipes being connected are completely insulated from each other with no metal to
I metal contact, and suitable for service on which used. Insulating couplings
shall not be used.
Water Hammer Arrestor: Water hammer arrestor shall be rated at
250 psi working pressure and shall have stainless steel body with bellows.
Arrestor compression chambers shall be charged with an inert gas. Water hammer
arrestors shall be sized in accordance with Plumbing and Drainage Institute
Standard PDI —WH 201.
' Water Meter: The water meter and any other ancillary equipment
necessary for the connection to the City of Newport Beach Water Supply shall
conform to their standards.
Valves: Valves shall be of types specified, or equivalent, and
full size of line in which installed, unless otherwise shown.
1) General Service Valves: General service valves shall be as
follows, or equal:
Nibco
Type Size Crane Scott Jenkins
Gate 3 inch and smaller 438 T -113 370
*Globe All 7 T- 235 —S /W 106A
Check 3 inch and larger 373 F -918 624
Globe valves with composition discs suitable for service on
which used.
' Optional: Valves 3 inches and smaller in nonferrous water
piping systems may be solder joint type with bronze body and trim, as follows,
or equivalent.
Type Mueller Nibco Scott Jenkins
Gate V 1009 A 113 1240
Globe V 1013 S 211 SW 1200
' 2) Compression Stops: Each fixture including hose faucets, shall
be equipped with stop valve installed on water supply lines to permit repairs
' without shutting off water mains.
(a) Exposed Compression Stops for Lavatories and Water Closets:
Specified with fixture. Full free waterway, ground joint union, non — rising
stem, moulded rubber seat, and wheel handle or shall be a globe valve.
(b) Exposed Water Supplies to Fixtures: California Brass No.
122KL, Chicago 45 —LK or equivalent, polished chromium plated, loose key stop.
Stops installed outdoors may have rough brass finish.
3) Hose Faucets: Hose faucets shall be compression type, angle
pattern, loose key, 3/4 inch hose end; Acorn, Chicago, Price Pfister, or
equivalent, similar to P.P. No. 87 -280, rough brass finish.
Hangers and Supports: Hangers for piping supported from
overhead shall be Elcen Figure 90, Grinnell Figure 269, Super Struct C711, or
equivalent. Materials for holding pipe in place shall be compatible with
piping material.
I Floor, Walls, and Ceiling Plates: Pipes passing through floors,
walls, or ceilings shall be fitted with chromium plated steel or plastic plates
having screw or spring clamping devices and concealed hinges.
I Cleanouts:
1) Cast Iron Soil or Waste Lines: Wade No. W- 8550 —R, Zurn No. Z-
1440—A, J.R. Smith No. 4405, Greenberg No. P -2308, or equivalent.
2) Floor Level Access Plates: Wade W -8200, Zurn Z- 1420 -2 Series,
J.R. Smith 4025, or equivalent. Floor level access plate and frame shall be
round pattern. Where floors are constructed with a membrane, access frames
shall be provided with membrane clamping flange.
' 3) Lines in Ground Outside Buildings: Cleanout plugs for lines in
ground outside buildings shall be Wade No. W- 8550 —S, Zurn No. Z -1440, J.R.
Smith No, 4400, or equivalent.
Valve Boxes: Except as otherwise shown on the plans, all valve
boxes shall be Brooks Products Company No. 3TL, Christie No. 83, Fraser No. 3,
or equivalent, with cover marker "WATER" or "CO —SS" as applicable. Extension
shall be provided as required.
C. Fixtures
I
I
1
The color of all fixtures except drinking fountains shall be
white.
Exposed supply and drain piping in toilet rooms shall be chrome
finished.
1) Wall Mounted Water Closet with Concealed Flush Valve: Water
closets shall be vitreous china, siphon jet, elongated bowl, wall hung, 1 112
inch backspud, with solid plastic open front seat with check hinge of following
types, or equivalent.
American Standard
Closet "Bolts" 2511012
Seat (except Church 5321.070
handicap)
P45
Faucet, cold Adjustable, to remain open 10 seconds, slow
water service closing, self — metering, lever type with hinged
only cap, chrome — plated faucet on right side. Cover
other faucet holes with chrome — plated covers.
Supplies 2303.154 K -7606
3) Toilet Partitions: Floor, wall
and ceiling
mounted partitions
Handicap Seat
White colored, solid plastic, open front, 2 inch
Fashion, Inc.
or equivalent.
high, assembly for elongated type bowl and
Shop drawings to be submitted by
sub — contractor or manufacturer
equipped with check type hinges that supports
seat in open position. Top shall be 17 inches
indicating plans, details of construction,
elevations and hardware. Approved shop drawings
anchoring
are to be
minimum above floor. Double seat is not
fabrication.
acceptable.
'
Flush valve
Sloane diaphragm —type concealed behind wall,
with extended through— the —wall oscillating foot
activated pedal (combination pedal— handle for
handicapped).
Carrier
Concealed closet chair carrier with 4 inch
outlet connection, Zurn, J.R. Smith, Josam,
Wade, or equivalent.
2) Wall— mounted Lavatories: Wall mounted lavatories shall be
enameled cast iron, with back,
integral — perforated grid drain, with wall
hanger, size 14 inch x 17 inch with faucet holes on 8 inch centers of the
following types, or equivalent:
American Standard Kohler
Lavatory
"Regalyn" 4867.016 "Hudson" K -2863
Lavatory hardware
shall be one of the following types or
'
equivalent.
Drain
2411.015 K -7715
Trap
1 112" x 1 114" Chromium plated brass, bent
tube, adjustable, 17 gauge minimum thickness.
Faucet, hot and
2248.731 K- 7436 —T
cold water ser-
vice (less
chain and
'
stopper)
Faucet, cold Adjustable, to remain open 10 seconds, slow
water service closing, self — metering, lever type with hinged
only cap, chrome — plated faucet on right side. Cover
other faucet holes with chrome — plated covers.
Supplies 2303.154 K -7606
' P46
3) Toilet Partitions: Floor, wall
and ceiling
mounted partitions
'
shall be solid phenolic core as manufactured by
Fashion, Inc.
or equivalent.
Shop drawings to be submitted by
sub — contractor or manufacturer
indicating plans, details of construction,
elevations and hardware. Approved shop drawings
anchoring
are to be
details, colors,
obtained prior to
fabrication.
' P46
I
I
L
1
I
LJ
I
u
I
• 0
All doors, panels, pilasters to be 3/4" thick to achieve full
flush uninterupted surfaces on partitions. All handicapped doors engraved with
handicapped symbol prior to installation.
Hardware to be fabricated from satin finish stainless steel No.
304 or 303 as standard with manufacturer.
Hinges, door latch, knob, latch guide, shoes, door stop,
mounting brackets, wall and floor fasteners are to be No. 304 or No. 303
stainless steel. Latch to be integal style only.
Hinges if required are to be recessed flush mount with field
adjustable gravity positioning feature. No surface mounted hinges permitted.
Headrail to be stainless steel as manufactured by Fashion, Inc.
4) Floor Drains: Floor drains in building shall be all cast iron
body with 9 inch square nickel— bronze, hinge grate and sediment bucket.
5) Roof drains: Roof drains shall be as shown on the plans and
shall be flexible neoprene bellows between deck flange and hubless pipe
connector, aluminum flashing, combination gravel stop and sleeve of high
impact resistant resin, and open designed strainer basket of high impact.
resistant resin.
D. Installation
Installing Piping: Install piping in accordance with the
requirements in the latest edition of the uniform Plumbing Code with additional
requirements specified.
Install Vitrified clay pipe in accordance with ASTM Designation:
C 12, Class C.
Concealed and Exposed Piping: Piping shall be exposed except in
areas for public use.
Piping shal l not be run in floor fi11, except as shown on the
plans.
Layout: Install piping parallel to walls, Clear all
obstructions, preserve headroom and openings and keep passageways clear whether
shown or not. Piping shall not interfere with other work.
1) Water Lines: Install water lines generally level, free of traps
and bends, and arranged to conform to the building requirements.
Exposed supply and drain piping in toilet rooms shall be chrome
finished.
2) Vent Lines: Use forty —five degree bends where offsets are
required in venting. Slope vent pipe headers to eliminate any water or
condensation.
Extend soil stacks connected to water closets a minimum of 8
inches above the roof. Flash all vents passing through roofs and make
watertight.
3) Sanitary Lines: Install horizontal sanitary pipe inside
buildings on a uniform grade of not less than 1/4 inch per foot unless shown
otherwise on the plans.
Run drainage pipe as straight as possible with easy bends with
long turns.
Use "Wye" fittings and 1/8 or 1 /16 bends where possible. Long
sweep bends and combination "Wye" and 1/8 bends may be used only for the
connection of branch lines to fixtures and on vertical runs of pipe.
P47
I
I
I
I
I
I
I
1
1
I
J
0
Water Mains Near Sewers: When a sewer crosses 2 feet or more
below a water line, no extra protection will be required. When a sewer crosses
less than 2 feet below a water line, construct the sewer of cast iron pipe with
leaded or mechanical joints, or other approved pipe, for at least 6 feet in
both directions from the crossing, or encase the sewer in concrete of 6 inch
minimum thickness for the same distance.
When a water line must cross under a sewer, maintain a vertical
separation of at least 18 inches between the bottom of the sewer and the top of
the water line with support provided for the sewer to prevent settling.
Construct the sewer of cast iron pipe with leaded or mechanical joints, or
other approved pipe, for at least 6 feet in both directions from the crossing,
or encase the sewer in concrete of 6 inch minimum thicknesses for the same
distance.
Pipe Sleeves: Provide pipe sleeves where each pipe passes
through concrete floors, walls or ceilings. Inside diameter of sleeves shall
be at least one inch larger than outside diameter of pipe. Install sleeves to
provide at least 112 inch space all around pipe the full depth of concrete or
masonry.
On walls below grade of floor slabs, provide permanent sleeves
of clay pipe, concrete pipe or asbestos cement pipe.
Caulk space between pipes and pipe sleeves watertight.
Cutting Pipe: Cut all pipe straight and true and ream the ends
to the full inside diameter of the pipe after cutting.
Damaged Piping: Remove pipe that is cracked or otherwise
damaged.
Pipe Joints and Connections: Make joints in threaded steel pipe
with a pipe joint compound that is non — hardening and noncorrosive, placed on
the pipe and not in the fittings.
The use of thread cement or caulking of threaded joints will not
be permitted. Make threaded joints tight. Long screw or other packed joints
will not be permitted. Remove any leaky joints with new material.
Make exposed, polished or enameled connections to fixtures or
equipment with special care, showing no tool marks or threads.
Cleaning and Closing of Pipe: Clean the interior of all pipe
before instal lation. Cap or plug al l openings as soon as the pipelines are
installed to prevent the entrance of any materials. The caps or plugs shall
remain in place until their removal is necessary for completion of the
installation.
Securing Pipe: Hold pipe in the buildings in place by iron
hangers, supports, pipe rests, anchors, sway braces, guides or other special
hangers. Make allowances for expansion and contraction. Horizontal copper or
steel pipe 1 1j4 inches and larger in diameter shall have hangers or supports
every 5 feet and pipe one inch or less in diameter shall have hangers or
supports every 5 feet. Support hubless cast iron soil pipe at 10 foot centers.
Support vertical pipes with clamps or straps.
Thrust Blocks and Anchors: On all asbestos cement or plastic
pipe lines in the ground, provide anchors, clamps and rods, or thrust blocks at
changes in direction of piping, connections or branches from mains 2 inches and
larger, and capped connections.
Form anchor or thrust blocks by pouring concrete between pipe
and trench wall. Thrust blocks shall be adequate size and so placed as to take
all thrusts created by maximum internal water pressure unless otherwise shown
on the plans.
P48
Size and place thrust blocks for asbestos cement pipe and
plastic pipe according to manufacturer's recommendations.
' Unions: Install unions where shown and at each threaded or
soldered connection to equipment. Locate unions so piping can be easily
disconnected for removal of equipment. Omit unions at compression stops.
' Insulating Connection Locations: Provide insulating connections
where shown and at the following locations:
1) In metallic water, into building; within 5 feet of building wall
Install unsulating connections adjacent to shut —off valve or cock, and above
' ground where possible.
2) At points of connections of copper water lines to steel lines.
Bonding at Insulating Connections: Bond interior water piping
and other interior piping that may be electrically energized and are connected
with insulating connections in accordance with the National Electrical Code.
Coordinate bonding with electrical work.
Nose Faucets: Install faucet with outlet 18 inches above
finished grade.
Cleanouts: Install cleanouts of the same diameter as the pipe
in soil and waste lines as shown on the plans.
Run cleanouts up to grade and terminate with cleanout plug.
Provide a concrete pad for full width of trench, 18 inches long, 4 inches
thick, under Wye branch. Use cast iron soil pipe and fittings from Wye to
surface.
Install cleanouts outside building in precase concrete valve
box. Locate cleanout plug in box to provide sufficient room for rodding.
Cleanouts inside building shall have floor level access plates.
Valve Box: Install valves in ground in precast concrete valve
box with cast iron locking cover.
'
Install a concrete valve box with cover at each valve in the
concrete sidewalk. Set the valve box flush with the finished grade of the
concrete sidewalk.
E. Flushing Completed Systems
Flush and blow out all completed systems.
F. Testing
General: Test piping at completion of roughing in, before
backfilling, or at other times as directed by the Engineer.
Test the system as a single unit, or in sections as approved by
' the Engineer. Furnish necessary materials, test pumps, instruments and labor,
and notify the Engineer at least one day in advance of testing. After testing,
repair all leaks and retest to determine that leaks have been stopped. Oispose
of surplus water after testing in a nearby drainage system as directed by the
Engineer. Take precautions to prevent joints from drawing while pipelines and
appurtenances are being tested. Repair damage to pipes and appurtenances or to
other structures resulting from or caused by tests.
General Tests: Test systems according to the following schedule
for a period of not less than 4 hours. Systems shall show no loss in pressure
or visible leaks except as otherwise noted.
P49
t • •
I
J
C
I
I
I
11
`J
F,
L
I
I
Test Schedule
Piping System Tested
Sewers, wastes, drains, vents
Water
Test Pressure Test With
psig
5 Water
150 Water
1) Water Systems Outside of Buildding with Caulked Mechanical, or
Gasketed Joints: Close valves and pipeline filled with water. Provide for
release of air. Maintain test pressure of 150 psig for a period of net less
than 4 hours. System shall show no visible leaks and leakage rate shall not
exceed 1.0 gallon per 24 hours, per inch pipe diameter, per 100 feet of line.
2) Sanitary Sewer System Outside of Building: Clear sewers of
obstructions before testing for leakage. The test shall be made for
obstructions by balling and flushing the lines with an approved commercial
sewer cleaning ball. Move the ball slowly through the sewer with a tag line.
Remove or repair any obstructions or irregularities.
Test sewer lines for leakage for a period of not less than 4
hours by filling with water to an elevation of 4 feet above average invert of
sewer or to top of manholes where less than 4 feet deep. The system shall show
no visible leaks and leakage rate shall not exceed 3.5 gallons per 24 hours,
per inch diameter, per 100 feet of line. The sewer may be tested in sections
with testing water progressively passed down the sewer as feasible. Release
water at a rate that will not create water hammer or surge in plugged sections
of sewer.
G. Payment
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid prices paid for the
various items of work, and no additional compensation will be allowed therefor.
P50
• }l`5�j }/�jjn�i�
STATE Of CALIFORNIA —THE RESOURCES AGENCY - GEORGE DEUKMEJIAN, Co, '
ALIFORNIA COASTAL COMMISSION 4 , ,
SOUTH COAST AREA PG: wr j �.
245 WEST BROADWAY, SUITE 360
ONG BEACH, CA 90602 �..
COASTAL DEVELOPMENT PERMIT
No. 5 -86 -531
Page 1l o_�_
On A,IgT,r, 4 1986. . the California Coastal Commission granted to
�Nawonr�� each
this permit for the development described below, subject to the attached
Standard and Special conditions.
Street widening and improvement by replacing of sidewalk, curb and gutter,
1 -construction of catch basins and storm drains, median landscaping and paving,
improving traffic signals and street lights.
Site: Balboa Blvd, right of way between 44th & 33rd Street
' Issued on behalf of the California Coastal Commission by
PETER DOUGLAS
Executive Director
�A�
Title: Starr Ana yZ' sue—
ACKNOWLEDGEMENT
The undersigned permittee acknowledges receipt
of this permit and agrees to abide by all terms
and conditions thereof.
Dat& Signature of Permittee
,�t fLt GCI�n��
IMPORTANT: THIS PERMIT IS NOT VALID r/
UNLESS AN ".UNTIL A COPY OF THE PERMIT
WITI `jiR13 -=.NED ACKNO11LEDGEMENT HAS
BEEN R IJED TO THE COMMISSION OFFICE,
B
s_y
PETER DOUGLAS
Executive Director
�A�
Title: Starr Ana yZ' sue—
ACKNOWLEDGEMENT
The undersigned permittee acknowledges receipt
of this permit and agrees to abide by all terms
and conditions thereof.
Dat& Signature of Permittee
,�t fLt GCI�n��
IMPORTANT: THIS PERMIT IS NOT VALID r/
UNLESS AN ".UNTIL A COPY OF THE PERMIT
WITI `jiR13 -=.NED ACKNO11LEDGEMENT HAS
BEEN R IJED TO THE COMMISSION OFFICE,
B
1 0- •
' COASTAL DEVELOPMENT OERMIT, Page 2 of 2
Application No. 5 -86 -531
STANDARD CONDITIONS:
1. Notice of Receipt and Acknowledgement. The permit is not valid and
construction shall not commence until a copy of the permit, signed by the
permittee or authorized agent, acknowledging receipt of the permit and
acceptance of the terms and conditions, is returned to the Commission
office.
2. Expiration. If construction has not commenced, the permit will expire two
years from the date on which the Commission voted on the application.
Construction shall be pursued in a diligent manner and completed in a
reasonable period of time. Application for extension of the permit must
be made prior to the expiration date.
1 3. Compliance. All construction must occur in strict compliance with the
proposal as set forth in the application for permit, subject to any
special conditions set forth below. Any deviation from the approved plans
must be reviewed and approved by the staff and may require Commission
approval.
' 4. Interpretation. Any questions of intent or interpretation of any
condition will be resolved by the Executive Director or the Commission.
5. Inspections. The Commission staff shall be allowed to inspect the site
and the development during construction. Subject to 24 -hour advance notice.
5. Assignment. The permit may be assigned to any qualified person. provided
' assignee files with the Commission an affidavit accepting all terms and
conditions of the permit.
7. Terms and Conditions Run with the Land. These terms and conditions shall
be perpetual, and it is the intention of the Commission and the permittee
to bind all future owners and possessors of the subject property to the
terms and conditions.
SPECIAL CONDITIONS:
By accepting the permit the applicant shall agree that the construction
shall start after September 15 and finished by May 1, no construction shall .
take place on holidays and weekend, and two through lanes, one on each
' direction, shall be maintained during all phases of construction.
t__J
LJ
TO: CITY CLERK
FROM: Public Works Deportment
SUBJECT: BALBOA BOULEVARD WIDENING FROM 32ND STREET
TO 44TH STREET (C -2568)
Please have the attached original and three
copies of the subject contract documents
executed on.behalf of the City, retain your
original and retu,n the three copies to this
department.
Horst Hl awaty (� i
Project Engineer
HH :jd
Att.
4
• • US)
U.�I Cii+..�- ?:; 1:` t, 6 5i i,ii.
Agenda Item No. F -9(a)
MEMORANDUM
OFFICE OF THE CITY ATTORNEY
December 3, 1986
TO: Honorable Mayor and Members of the City Council
FROM: Robert H. Burnham, City Attorney
RE: Balboa Boulevard Street Widening Project
Background:
On November 241 1986, the City Council awarded the
contract for the Balboa Boulevard Street Widening Project to
Silveri & LeBouef, J.V. Please refer to the City Attorney's and
Public Works' staff reports for a full discussion of the facts
known at time of award and the provisions of law applicable to
substitution of subcontractors.
Subsequent to the award, Silveri & LeBouef indicated
they intended to sign the contract, but would like to substitute
Garcia & Sons as a subcontractor to install sewer, water and
storm drain facilities. Silveri & LeBouef have submitted two
affidavits in support of their request for substitution and
copies are attached to this Memo as Exhibits "A" and "B." These
affidavits were received on the day this Memo was prepared and,
at first blush, appear to establish the subcontractor was not
listed due to inadvertent clerical error.
The affidavits also establish that Garcia & Sons intend
to perform its portion of the project for the price stated in the
bid and this suggests Silveri & LeBouef intend to sign the
contract.
The City is authorized to approve the prime contractor's
request for substitution of subcontractors if the prime
contractor:
1. Gives prompt written notice to the listed and
intended subcontractors; and
Honorable Mayor an9embers
of the City Council
Page 2
December 3, 1986
2. Proves, by
substitution is necessary
error.
•
timely filed affidavits, that
to correct an inadvertent clerical
The prime contractor did give the City written
notice of the clerical error within two (2) days of the bid
opening and the intended subcontractor has not lodged any
objection to, and in fact supports, the substitution of their
firm as underground subcontractor. Silveri & LeBouef did not
file affidavits within eight (8) days after bid opening as
required by Section 4107.5 of the Public Contract Code, however,
we believe that another Statute can be interpreted such that
execution of the contract triggers a new eight (8) day period.
Recommendation:
It is recommended that, upon execution of Contract No.
C -2658 and submittal of all necessary bonds, Garcia & Sons be
substituted as subcontractor for installation of underground
water, sewer and storm drain facilities.
RHB /jc
Attachments
1
2
3
4
5
6
7
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
I
0 0
AFFIDAVIT OF JERRY J. LE BOEUF
STATE OF CALIFORNIA )
)ss.
COUNTY OF LOS ANGELES)
Jerry J. Le Boeuf declares as follows:
1. I am one of the venturers in the joint venture
between myself and Silveri Construction Company, known as
Silveri & Le Boeuf, a joint venture.
2. I prepared the bid estimate for the joint venture for
a project known as "Balboa Boulevard Street Widening Project for
the City of Newport Beach."
3. Part of the project work involved the installation of
sewer, water, and storm drain lines. In connection with this work
I received several bids from subcontractors to perform this work.
One of the subcontractors who submitted a bid for this work was
Garcia & Sons Engineering, Inc. I received a bid from Mr. Garcia
for this work on October 31, 1986, the day of the bid opening by
the City of Newport Beach. The bid submitted by Mr. Garcia's firm
was the only one I received for the installation of all three lines,
I received two other bids from other subcontractors but they only
involved the installation of part of the underground lines.
4. In preparing my bid estimate for submission to the
City I used the unit bid prices that I had received from Mr. Garcia
and incorporated them into my bid estimate. Thus, at the time
that I submitted the bid for the project to the City on behalf of
the joint venture I intended to use Mr. Garcia's firm as a
subcontractor for the above - mentioned work.
-1-
EXHIBIT A
1
2
3
4
5
6
7j
81'
9
10
11
12
13'
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
rl
• •
5, I instructed one of the joint venture's employees,
Sandy Pinchiff, to fill out the bid form for the project. She
filled it out utilizing information concerning the bid prices that
I gave to her. Through inadvertence on either my part or Ms.
Pinchiff's part, we failed to list Garcia & Sons Engineering, Inc.
as a subcontractor for the sewer, water, and storm drain line
installation.
6. At the time that the joint venture's bid for the
project work was submitted to the City I was not aware that we
had inadvertently failed to list Garcia & Sons Engineering, Inc.
I did not learn of this mistake until I was made aware of it by
City representatives at a meeting which took place on or about
November 4, 1986.
��P-L �'
J Y J. LS BOEUF
i
On this 1st day of December, 1986, before me,
Joanne N. Mitsui , the undersigned Notary Public, personally)
appeared Jerry J. Le Boeuf, personally known to me /proved to me
on the basis of satisfactory evidence to be the person whose
name is subscribed to the within instrument, and acknowledged that
I
he executed it.
WITNESS my hand and official seal.
Avg]
OFFIC ?AL SEAL
[SEAL]
_
J )AtI E N MITSUI
;P o.c
" c,`� ; °�`
NOTARY PUBLIC - CALIFORNIA
LOS ANGELES COUNTY
my comm. expires APR 7, 1987 „
_5900 Wilshire Blvd., 1# 2900, Los Angeles, CA 90031
-2-
Avg]
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
271
281
S
• !
AFFIDAVIT OF JOSE GARCIA
STATE OF CALIFORNIA )
) ss.
COUNTY OF LOS ANGELES)
Jose Garcia declares as follows:
1. I am the president of Garcia & Sons Engineering, Inc.
2. On October 31, 1986, I submitted a bid to Mr. Jerry
Le Boeuf of Silveri & Le Boeuf for performance of sewer, water,
and storm drain installation on a project known as "Balboa
Boulevard Street Widening Project for the City of Newport Beach."
The bid that I submitted to Mr. Le Boeuf was based on unit prices
for performing the work.
3. My firm is prepared to perform the above - mentioned
work for Silveri & Le Boeuf pursuant to our bid, and it will
enter into a subcontract for performance of the work.
JOSE/GARCIA
On this 1st day of December, 1986, before me,
Joanne N. Mitsui , the undersigned Notary Public, personally
appeared Jose Garcia, personally known to me /proved to me on the
basis of satisfactory evidence to be the person whose name is
subscribed to the within instrument, and acknowledged that he
executed it.
WITNESS my hand and official seal.
7NOTAR FICIAL SEAL n
NNEN MIISUI NOTARK PUBLIC IN AND FOR SAID COUNTY
[SE QP PUBLIC - CALIFOR NIA ��;, GELES CoUN1Y AND STATE
m`., p",s APR 7, 1987 j� r ,1
5900 Wilshire Blvd, #2900, Los Angeles, CAA 90W6 -e1 —T — EXH IB i j 6
B Tii" C61Y GOOKIL November 24, 1986
1,1TY OF NEWPORT BEACH
CITY COUNCIL AGENDA
•T0: CITY COUNCIL 40V 24 1986 ITEM NO. F, 2(a)
FROM: Public Works Department . WL(,
SUBJECT: BALBOA BOULEVARD WIDENING FROM 32ND STREET TO 44TH STREET (C -2568)
RECOMMENDATION:
1. Adopt a resolution requesting the County of Orange to increase the
allocation from the Arterial Highway Financing Program for the widening
of Balboa Boulevard between 32nd Street and 44th Street.
2. Waive the irregularity in the bid documents of Silveri & Le Bouef JV.
3. Award Contract No. 2568 to Silveri & Le Bouef JV for a total bid price
of $1,935,946.50 and authorize the Mayor and the City Clerk to execute
the contract.
DISCUSSION:
•At 10:00 a.m., October 31, 1986, the City Clerk opened and read the
following bids for this project:
Bidder Total Bid Price
Low Silveri & Le Bouef JV, Santa Ana $1,946,946.50*
-2— Fleming Engineering, Buena Park $2,113,313.50 **
3 Griffith Company, Santa Ana $2,286,883.00
* Corrected Bid Total is $1,935,946.50
** Corrected Bid Total is $2,117,313.00
•
0J)
The corrected bid totals reflect numerical addition errors for the bid items.
The low bid is 34% above the engineers' estimate of $1,445,000.00.
A review of the bids received indicates that the cost for major items of
work (clear and grub, storm drains, earthwork, water main, and reconstruction of the
38th Street Park) significantly exceeded the engineers' estimate. Based on the analysis
of bid items and factors affecting this project (groundwater, utility crossings,
detailed handwork in proximity to dwellings), the low bid represents a reasonable
cost for the project. The engineers' estimate appears to have underestimated the
construction difficulty in this densely populated beach area. A survey of other
agencies and non- bidding contractors also indicated significant construction
activities in Southern California, resulting in an upward cost trend of public
and private projects.
The low bidder, Silveri & Le Bouef JV, has satisfactorily performed roadway
construction projects for other agencies in Orange and Los Angeles Counties.
•
•
•
November 24, 1986
Subject: Balboa Boulevard Widening from 32nd Street to 44th Street (C -2568)
Page Two
This project provides for the widening of Balboa Boulevard from 65
feet to a width of 90 to 97 `eet. The widened roadway will provide for wider
sidewalks, wider travel lanes, construction of raised medians with provisions for
standard left -turn lanes at intersections, and sound walls along the inland
side of the road. In addition, the project also provides for the complete
reconstruction of the 38th Street Park, the construction of a 12 -inch water
main, and replacement of old concrete sewer lines crossing Balboa Boulevard.
Funding requirements for the project are as follows:
A. ESTIMATED PROJECT COSTS
1. Construction (Low Bid) $1,935,946.50
2. Park Landscape Materials 45,000.00
3. Engineering 130,000.00
4. Construction Engineering (5% + , City Forces) 99,053.50
5. Materials Testing & Contingencies (5% +) 100,000.00
TOTAL
$2,310,000.00
B. FUNDING
REQUIREMENTS
Account
Needed
Budget
Additional
City Forces
General
$ 68,000
$ 68,000
$ None
Sewer
(02- 5597 -417)
27,000
30,000
None
Park
(10- 7797 -068)
151,000
125,000
26,000
Gas Tax
(18 & 19 Account)
1,035,500
821,540
213,960
AHFP
(20- 3319 -002)
688,500
500,000
188,500
Water
(50- 9297 -193)
340,000
266,000
74,000
TOTAL
$2,310,000
$1,810,540
$502,460
County AHFP policies state that if funding requirements exceed the
allocation by more than 15 %, the City must adopt a resolution requesting that
the allocation be increased. Funding of $188,500 more than the $500,000 allo-
cated is needed from the AHFP Program. A resolution requesting that amount has
been prepared for Council consideration. Should additional AHFP funding not be
available, City Gas Tax funds would have to be used to make up the difference.
Sufficient gas tax monies are available to make a transfer into this account.
Budget amendments have been prepared for Council consideration to
appropriate the above additional funds.
It is staff's opinion, that it is not in the City's interest to rebid
this project as rebidding would result in a years delay and probable higher
costs. It is however the City's option to reject all bids and rebid at a
later date, with construction one year from now.
a
November 24, 1986
Subject: Balboa Boulevard Widening from 32nd Street to 44th Street (C -2568)
Page Three
• With respect to the waiver of the irregularity in the bid documents,
Silveri & Le Boeuf has indicated by letter dated November 6, 1986 (copy
attached) that the name of Garcia & Sons was inadvertently omitted from the bid
documents as the listed subcontractor for sewer, water, and storm drain work.
It is recommended that this irregularity be waived, and Garcia & sons recognized
as the listed subcontractor for sewer, water, and storm drain.
Benjamin B. Nolan
Public Works Director
•
•
HH /bjm
Att.
1 �
Silveri & Le Bouef JV
GENERAL ENGINEERING CONTRACTOR
0ENSE NO. 484181
Novenber 6, 1986
City of Newport Beach
Public Works Department
3300 Newport Blvd.
Newport Beach, Ca. 92658
Attn: Mr. Horst Hlawaty
Ap
R
1404 -C So. Ritchey
Santa Ana, CA 92705
(714) 543 -1967
Reference: Balboa Boulevard Widening fran 32nd Street to 44th Street
Dear Mr. Hlavaty:
This letter is a follow up to our discussion concerning this conpany
•inadvertently not listing Garcia & Sons as the subcontractor for
the sewer, water and storm drain on the above project. This was
an unintentional oversight on our part.
Sincerely,
S�ILM I &IEE<JUEF JV��
Jerry Le Bouef
JL:skp
•
RESOLUTION NO. 86 -99
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH
REQUESTING THE COUNTY OF ORANGE TO INCREASE THE ALLOCATION
FROM THE ARTERIAL HIGHWAY FINANCING PROGRAM FOR THE
WIDENING OF BALBOA BOULEVARD BETWEEN 32ND STREET AND 44TH
STREET
WHEREAS, the City of Newport desires to improve Balboa Boulevard
between 32nd Street and 44th Street, and
WHEREAS, Balboa Boulevard is an important arterial highway in the County
of Orange and of general County interest, and
WHEREAS, Article 2 and Article 3, Chapter 9, Division 2 of the Streets and
Highways Code authorizes a County, if it so desires, to expend funds apportioned
to it out of the California Highway Users Tax Fund for aid to any City in the
improvement, construction, or repair of a street within a City, and
WHEREAS, the Board of Supervisors did include in the 1986/1987 Fiscal
Year Budget Funds for the improvement of Balboa Boulevard as Project No. 1182 in
the Arterial Highway Financing Program.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of
Newport Beach hereby requests the Board of Supervisors of the County of Orange
to increase their allocation to the City from County Funds from $500,000 to
$688,500, said amount to be matched by funds from said City, to be used to aid
said City in the improvement of Balboa Boulevard between 32nd Street and 44th
Street.
BE IT FURTHER RESOLVED that the Board of Supervisors of the County of
Orange is hereby requested to find that said work on Balboa Boulevard in the
manner provided, is in the general County interest.
BE IT FURTHER RESOLVED that, by this Resolution, the City of Newport
Beach agrees with the basic precepts and policies of the Arterial Highway
Financing Program.
ADOPTED this 24th
AT M / !'-
City Clerk (Assistant)
Executive Summary
Balboa Street Widening Project -
Request of Silveri & LeBouef For Relief
Facts:
Low bidder on Project submits request to be relieved of
bid. Bidder claims mistake because relied on subcontractor's bid
which failed to account for cost of dewatering. Subcontractor
not listed as such.
Alternatives:
1. Award contract, to Silveri & LeBouef; or-
2. Consent to relieve Silveri & LeBouef of their
bid and award to second low bidder; or
3. Reject all bids and readvertise.
Legal Issues•
1. Council has the right to relieve Silveri &
LeBouef of their bid;
2. If Council refuses to relieve Silveri &
LeBouef from their bid, contractor has the right to seek a court
order for relief;
3. To obtain
establish a mistake was made,
carelessness, that made the
intended;
4. By failing
LeBouef agreed to perform work
court order, contractor must
not due to error in judgment or
bid materially different than
to list subcontretor, Silver i &
themselves;
5. Council may approve substitution of
subcontractor under certain circumstances, but Silveri & LeBouef
have not followed appropriate procedures and there is a
compelling reason not to approve substitution in that intended
subcontractor has purportedly withdrawn the bid and will not
perform contract at price given to general contractor.
obert urnham
City Attorney
MEMORANDUM
OFFICE OF THE CITY ATTORNEY
November 24, 1986
TO: Honorable Mayor and Members of the City Council
FROM: Robert H. Burnham, City Attorney
RE: Balboa Boulevard Widening Project
Proposed Award to Silveri & LeBouef
Supplement, to Public Works Department Report
Introduction:
The Public Works Department is recommending the City
Council award Contract No. C -2568 to Silveri & LeBouef, JV, and
waive an irregularity in the bid documents they submitted.
Silveri & LeBouef have asked to be relieved of the bid and, also
indicated a desire to substitute a subcontractor for a portion of
the work.
The City Council's request for relief may, but is not
required, to consent to relieve Silveri & LeBouef from their bid.
This office has reviewed state law relative to the
substitution of subcontractors and it appears that Silveri &
LeBouef have not followed appropriate procedures, nor have they
provided appropriate justification for a substitution_ of
subcontractors. Under the circumstances, we are suggesting that
recommendation number 3 in the original Public Works Department
report be deleted.
Background:
Bids for the Balboa Boulevard Widening Project were
opened at 10:00 A.M. on October 31, 1986. Silveri & LeBouef, JV,
submitted the low bid. On November 4, 1986, Silveri & LeBouef
submitted a letter to the Public Works Department indicating the
subcontractor whose bid was used for the underground portion of
the project (Garcia & Sons) had withdrawn the bid because of his
failure to consider the cost of dewatering. LeBouef and Public
Works staff met at 4:00 P.M. on November 4th to discuss the
Memo to Honorable *or and
Members of the City Council
Page 2
November 24, 1986
matter further. At that time,
subcontractor had investigated
found ground water 3 1/2 feet
the project boundaries.
•
Silveri & LeBouef stated their
the site after bid opening and
below grade at a location within
Silveri & LeBouef failed to submit any documentation
from Garcia & Sons to support the claim that dewatering costs had
not been considered in formulating the bid and also offered no
justification for their failure to designate a subcontractor
other than a letter received by the Public Works Department on
November 13, 1986 which stated the failure was "an unintentional
oversight." The Public Works Director advised Silveri & LeBouef
they had not submitted sufficient information for the City to
properly evaluate their claim and asked that they submit
additional information as soon as possible. Award of the
contract was deferred to November 24, 1986 to allow staff
adequate time to review the matter.
Subsequent to the November 4th meeting, Silveri &
LeBouef orally withdrew their request to be relieved from the
bid. This was confirmed in a letter from the Public Works
Director to Silveri & LeBouef. On Friday, November 21, 1986, Ben
Nolan and I each received a call from Silveri & LeBouef. In
summary, we were each told that Silveri & LeBouef wished to
reinstate their request for relief from the bid on the Balboa
Boulevard Widening Project.
The facts and circumstances relative to this matter are
contained within the Declarations of Benjamin B. Nolan and Horst
Hlawaty, which are attached to this Memo. Silveri & LeBouef have
submitted only the two letters attached to Nolan's Declaration in
support of their request for relief. No additional documentation
has been submitted by Silveri & LeBouef to support their request
for relief from their bid or for a substitution of subcontractor.
Discussion:
Silveri & LeBouef have asked for relief from the bid
they submitted on the Balboa Boulevard Widening Project and have
also asked for permission to designate a subcontractor for the
underground work. The standards and rules applicable to each
request are summarized in the following discussion:
A. Request for Relief from Bid:
The City Council may consent to Silveri &
LeBouef's request to be relieved of their bid, but is not
permitted to make any change in the bid because of their mistake.
Memo to Honorable Y` or and •
Members of the City Council
Page 3
November 24, 1986
If the City Council does not consent to the
bidder's request for relief, Silveri & LeBouef have the right to
seek a court order granting relief.
To obtain a court order granting relief, the
bidder must establish that:
1. A mistake was made;
2. The bidder gave City written notice
within five (5) days after the opening of the bids of the
mistake, specifying in the notice, in detail, how the mistake
occurred;
3. The mistake made the bid materially
different than he or she intended it to be; and
4. The mistake was made in filling out the
bid and not due to error in judgment or to carelessness in
inspecting the site of the work, or in reading the plans and
specifications.
Silveri & LeBouef have alleged a mistake was made
and have given the City written notice within five (5) days of
the mistake. The written notice does not specify, in detail, how
the mistake occurred and they have not established the mistake
made their bid different than they intended it to be.
Finally, according to statements made by Silveri
and LeBouef at the November 4th meeting, the mistake was due to
carelessness of their subcontractor in inspecting the site and
was an error in judgment.
B. Request to Substitute a Subcontractor:
The Subletting and Subcontracting Fair
Practices Act provides that failure to specify a subcontractor to
perform some work under a contract constitutes the prime
contractor's agreement that he or she is fully qualified to, and
shall, perform that work. The prime contractor may substitute
one subcontractor in place of another if he or she demonstrates
"the name of the subcontractor was listed as a result of an
inadvertent clerical error." (Section 4107.5, Public Contract
Code.)
As a precondition to proving inadvertent
clerical error, a prime contractor must give written notice to
Memo to Honorable lyor and
Members of the City Council
Page 4
November 24, 1986
the awarding authority, listed subcontractor, and intended
subcontractor within two (2) working days after bid opening.
Another prerequisite to substitution of subcontractors is the
submittal, by the prime contractor, listed subcontractor and
intended subcontractor, of affidavits proving the inadvertent
clerical error, and the affidavits are to be filed within eight
(8) working days from the date of bid opening.
If the prime contractor has satisfied the
prerequisites, the awarding authority shall, after a public
hearing and in the absence of compelling reasons to the contrary,
consent to the substitution of the intended subcontractor.
There is no evidence to suggest Silveri & LeBouef gave
two (2) days Is notice of their request to substitute to the
intended subcontractor. No affidavits have been received from
the prime contractor or any subcontractor. The letters submitted
by Silveri & LeBouef do not specify the circumstances which
caused the alleged clerical error, nor have they submitted proof
of any bid by the intended subcontractor. Finally, since the
intended subcontractor has allegedly withdrawn its bid and
apparently does not intend to perform its portion of the
contract, there is a compelling reason not to approve
substitution of the intended subco '
RHB /jc
Attachment
City Attorney
C,
•
DECLARATION OF BENJAMIN B. NOLAN
I, BENJAMIN B. NOLAN, declare as follows:
1. I have personal knowledge of all the facts and
events described in this Declaration, except for those matters
alleged to be true on information and belief, and as to each of
those matters, I believe them-to be true. If called and sworn as
a witness, I could competently testify to the facts and events
described in this Declaration.
2. I am the Public Works Director of the City of
Newport Beach and have been so employed since 1978. Prior to my
appointment as Public Works Director, and for 16 years, I was
employed by the City of Newport Beach as City Engineer and
Assistant City Engineer.
3. I am intimately familiar with a public works
project that involves a widening of Balboa Boulevard between 32nd
Street and 44th Street and associated installation of underground
utilities, including storm drain, sewer, and water facilities.
(Balboa Boulevard Widening Project.) Construction of the Balboa
Boulevard Widening Project was submitted for public bid as
Contract No. C -2568.
-1-
9 0
4. On October 31, 1986 the City Clerk of the City of
Newport Beach opened the sealed bids for Contract No. C -2568.
The low bid of $1,935,946.50 was submitted by Silveri do LeBouef,
and the contract was scheduled for award by the City Council on
November 10, 1986.
5. I am informed and believe that on November 4, 1986,
at approximately 1:30 P.M., a representative of the successful
low bidder, Silveri be LeBouef, contacted Horst Hlawaty, Project
Engineer for the Public Works Department, and asked to be
relieved from their bid.
6. On November 4, 1986, at approximately 4:00 P.M.,
your declarant met with Ed Silveri and Jerry LeBouef,
representing the successful low bidder, as well as Don Webb,
Horst Hlawaty, and Pat Dunigan of the Public Works Department.
At that meeting, representatives of the low bidder stated they
had failed to designate Garcia & Son as their contractor for the
underground portion of Contract No. C -2568 and that the
subcontractor had not considered dewatering for underground
utilities in computing its bid. According to the representatives
of the low bidder, Garcia do Sons investigated subsurface
conditions within the boundaries of the project after bid opening
and found ground water 3 1/2 feet below grade. The only
-2-
documentation submitted by the representatives of low bidder in
support of their claims and request for relief from the bid, was
a letter, dated November 4, 1986, a copy of which is attached to
this Declaration as Exhibit "A."
7. On November 13, 1986 the Public Works Department
received a letter, dated November 6, 1986, relative to Contract
No. C -2568. A copy of this letter is attached as Exhibit "B."
8. On November 14, 1986, your declarant, having
received no further information from Silveri do LeBouef, called Ed
Silveri to advise that the City did not have grounds to grant the
request for relief and intended to recommend the City Council
award the contract on November 24, 1986. Silveri told your
declarant that he was not surprised to hear this information.
Your declarant asked Mr. Silveri if he wished to withdraw the
request to be relieved. Mr. Silveri indicated he would check
with Mr. LeBouef. Mr. Silveri called your declarant .shortly
thereafter, stated that he had discussed the matter with Mr.
LeBouef, and that they wished to withdraw their request for
relief. Your declarant asked Mr. Silveri to confirm this in
writing.
-3-
9, On November 21, 1986, at approximately 3:00 P.M.,
your declarant received a phone call from a representative of
Silveri & LeBouef again asking for relief from the bid submitted
on Contract No. C -2568. Silveri & LeBouef have submitted no
documentation to support their request for relief other than the
letters attached as Exhibits "A" and "B."
I declare under penalty of perjury that the foregoing is
true and correct.
Executed this 24th day of November, 1986, at Newport
Beach, California.
BENJAMIN B. NOLAN
-4-
0
Silveri & Le Bouef JV
GENERAL ENGINEERING CONTRACTOR
LICENSE NO. 484181
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, California 92658
attention: Mr. Horst Hlawaty
Reference: Balboa Boulevard Widening
from 32nd Street to 44th Street
Dear Mr. Hlawaty:
9
1404 -C So. Ritchey
Santa Ana, CA 92705
(714) 543 -1967
November 4, 1986
As we discussed during our telephone conversation today, the subcontractor we
used for the .sewer, water and storm drain has withdrawn his bid for this
project because he left the dewatering out of his bid. My next lowest bids are
$259,601.00 more than Garcia & Sons.
At this time I regret that I have to request that my bid be withdrawn for con-
sideration.
Thank you in advance for any consideration you can show us in this matter.
Very truly yours,
SILVERI & � �j
General Partner
s A -
JL:br Z °'
EXHIBIT A
Silveri & Le Bouef JV
1404 -C So. Ritchey
GENERAL ENGINEERING CONTRACTOR v -Ci i�� Santa Ana, CA 92705
LICENSE NO. 484181 j' 1 �' , (714) 543-1967 Ar
y
November 6, 1986
cf
U/ 4
City of Newport Beach -� ....
Public Works Aepartanent
3300 Newport Blvd.
Newport Beach, Ca. 92658
Attn: "Mr. Horst Hlaaaty
Reference: Balboa Boulevard Widening f=n 32nd Street to 44th Street
Dear Mr. Hlawaty:
This letter is a follow up to our discussion concerning this company
inadvertently not listing Garcia & Sons as the subcontractor for
the sewex, water and storm drain on the above project. This was
an unintentional oversight on our part.
Sincerely,
Jerry Le Bouef
JL:skp
EXHIBIT P
s •
4. On October 31, 1986 the City Clerk of the City of
Newport Beach opened the sealed bids for Contract No. C -2568.
The low bid of $1,935,946.50 was submitted by Silveri do LeBouef,
and the contract was scheduled for award by the City Council on
November 10, 1986.
5. 1 am informed and believe that on November 4, 1986,
at approximately 1:30 P.M., a representative of the successful
low bidder, Silveri & LeBouef, contacted Horst .Hlawaty, Project
Engineer for the Public Works Department, and asked to be
relieved from their bid.
6. On November 4, 1986, at approximately 4:00 P.M.,
your declarant met with Ed Silveri and Jerry LeBouef,
representing the successful low bidder, as well as Don Webb,
Horst Hlawaty, and Pat Dunigan of the Public Works Department.
At that meeting, representatives of the low bidder stated they
had failed to designate Garcia be Son as their contractor foe the
underground portion of Contract No. C -2568 and that the
subcontractor had not considered dewatering for underground
utilities in computing its bid. According to the representatives
of the low bidder, Garcia do Sons investigated subsurface
conditions within the boundaries of the project after bid opening
and found ground water 3 1/2 feet below grade. The only
-2-
documentation submitted by the representatives of low bidder in
support of their claims and request for relief from the bid, was
a letter, dated November 4, 1986, a copy of which is attached to
this Declaration as Exhibit "A."
7. On November 13, 1986 the Public Works Department
received a letter, dated November 6, 1986, relative to Contract
No. C -2568. A copy of this letter is attached as Exhibit 11B."
8. On November 14, 1986, your declarant, having
received no further information from Silveri & LeBouef, called Ed
Silveri to advise that the City did not have grounds to grant the
request for relief and intended to recommend the City Council
award the contract on November 24, 1986. Silveri told your
declarant that he was not surprised to hear this information.
Your declarant asked Mr. Silveri if he wished to withdraw the
request to be relieved. Mr. Silveri indicated he would check
with Mr. LeBouef. Mr. Silveri called your declarant shortly
thereafter, stated that he had discussed the matter with Mr.
LeBouef, and that they wished to withdraw their request for
relief. Your declarant asked Mr. Silveri to confirm this in
writing.
-3-
0 0
9. On November 21, 1986, at approximately 3:00 P.M.,
your declarant received a phone call from a representative of
Silveri do LeBouef again asking for relief from the bid submitted
on Contract No. C -2568. Silveri do LeBouef have submitted no
documentation to support their request for relief other than the
letters attached as Exhibits "A" and "B."
I declare under penalty of perjury that the foregoing is
true and correct.
Executed this 24th day of November, 1986, at Newport
Beach, California.
i
BENJAMIN B. NOLAN
-4-
0
Silveri & Le Bouef JV
GENERAL ENGINEERING CONTRACTOR
LICENSE NO. 484181
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, California 92658
attention: Mr. Horst Hlawaty
Reference: Balboa Boulevard Widening
from 32nd Street to 44th Street
D`ar Mr. Hlawaty:
0
1404 -C So. Ritchey
Santa Ana, CA 92705
(714) 543 -1967
November 4, 1986
As we discussed during our telephone conversation today, the subcontractor we
used for the sewer, water and storm drain has withdrawn his bid for this
project because he left the dewatering out of his bid. My next lowest bids are
$259,601.00 more than Garcia & Sons.
At this time I regret that I have to request that my bid be withdrawn for con-
sideration.
Thank you in advance for any consideration you can show us in this matter.
Very truly yours,
SILVEtRI �& LE
�Y Le
General Partner
JL:br
EXHIBIT A
Silveri & Le Bouef JV
�° =L
GENERAL ENGINEERING CONTRACTOR
LICENSE NO. 484181
I
November 6, 1986
1404 -C So. Ritchey
Santa Ana, CA 92705
(714) 543.1967
City of Newport Beach
Public Works Department .
3300 Newport Blvd.
Newport Beach, Ca. 92658
Attn: Mr. Horst Hlawaty
Reference: Balboa Boulevard Widening from 32nd Street to 44th Street
Dear Mr. Blawaty:
This letter is a follow up to our discussion concerning this company
inadvertently not listing Garcia & Sons as the subcontractor for
the sewer, water and storm drain on the above project. This was
an unintentional oversight on our part.
Sincerely,
Jerry le Bouef
JL:skp
EXHIBIT P
DECLARATION OF HORST HLAWATY
I, HORST HLAWATY, declare as follows:
1. I have personal knowledge of all the facts and
events described in this Declaration, except for those matters
alleged to be true on information and belief, and as to each of
those matters, I believe them to be true. If called and sworn as
a witness, I could competently testify to the facts and events
described in this Declaration.
2. I have been employed by the City of Newport Beach
as Civil Engineer for the past 7 years. Prior to my appointment
as Civil Engineer, I was employed by the City of Newport Beach as
Associate Civil Engineer. I am a Registered Civil Engineer in
the State of California.
3. I am currently Project Engineer for the Balboa
Boulevard Widening Project. I supervised the preparation of the
bid documents and specifications for the Project. I also
supervised preparation of the engineer's estimate of the cost of
completion of the Project, which was $1,445,000.00. The Balboa
Boulevard Widening Project was submitted for competitive public
bid on October 14, 1986 and bids were opened October 31, 1986.
-1-
• •
4. Silveri & LeBouef, JV was low bidder on Contract
No. C -2568. The bid documents submitted by Silveri & LeBouef are
attached as Exhibit "A." In their designation of subcontractors,
Silveri & LeBouef listed eight (8) firms that would perform
various portions of the work required. Silveri & LeBouef did not
list subcontractors to perform concrete work, paving or
installation of underground utilities.
5. On November 4, 1986, your declarant received a call
from Jerry LeBouef. Mr. LeBouef said he had used the bid of
Garcia & Sons as a basis for the underground utility work and
that Garcia's bid did not consider dewatering for underground
structure. LeBouef requested a meeting to discuss his options.
6. Pursuant to
LeBouef's request,
a meeting
was
scheduled for 4:00 P.M.
in the Public Works
Department.
The
meeting was attended by Ed Silveri, Jerry LeBouef, Ben Nolan, Don
Webb, Pat Dunigan and your declarant. Your declarant opened the
meeting by asking Mr. Silveri and Mr. LeBouef to provide
information relative to their request to withdraw their bid on
Contract No. C -2568. Silveri and LeBouef stated they had used a
bid from Garcia & Sons, their underground subcontractor, for
calculating the cost of water lines, storm lines and sewer
lines. According to Silveri and LeBouef, Garcia had not
-2-
considered dewatering for underground utilities and had withdrawn
his bid. Silveri & LeBouef also stated Garcia & Sons
investigated the subsurface conditions within the project
boundaries after the bid opening and only at that time found
ground water relatively close to the surface at certain locations
within the project boundary. Silveri and LeBouef also stated
they inadvertently omitted listing Garcia & Sons as a
subcontractor but did not explain the circumstances for their
failure to do so. After some discussion, Benjamin Bolan, the
Public Works Director, advised Silveri and LeBouef they had not
submitted sufficient information for the City to fully evaluate
the request and he asked them to provide any additional
information as soon as possible. Nolan also indicated award of
the contract would be deferred to November 24, 1986 to allow
Silveri & LeBouef time to submit appropriate documentation and
staff and opportunity to review the material.
7. The bid submitted by Silveri & LeBouef totals
$1,935,946.50. This bid is approximately 34% above my estimate
of $1,445,000.00 for completion of the project. I have prepared
a bid summary comparing the amounts bid on separate items by each
of the contractors submitting bids on the Balboa Boulevard
Widening Project. The first three items on the bid summary
represent sums bid for clearing, grubbing, excavating and
-3-
• i
backfilling the areas to be improved. The bid of Silveri &
LeBouef for these three items is $84,000.00 more than the second
low bidder and $164,000.00 more than the third low bidder. These
items are the first to be paid by the City and contractors will
frequently provide high bids for these items and reduced bids for
items to be performed later in the Project. (See Exhibit "B.")
I declare under penalty of perjury that the foregoing is
true and correct.
Executed on this 24th day of November, 1986 at Newport
Beach, California.
-4-
HORST 'HLAWATY
;.. .. PR 1.1
CIT1 OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION ON
BALBOA BOULEVARD
FROM
32ND STREET
TO
44Th 44Th STREET
CONTRACT NO. 2568
AHFP NO. 1182
PROPOSAL
TO THE HONORABLE CITY COUNCIL
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, California 92663 -3884
Gentlemen:
The undersigned declares that he has carefully examined the location of the
work, has read the Instructions to Bidders, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all the work
required to complete Contract No. 2568 in accordance with the Plans and Special
Provisions, and will take in full payment therefor the following unit price for
the work, complete in place, to wit:
Item Estimated Item Description With Lump Sum Unit To ta
No. Qty. & Unit or Unit Price Written in Words Price Price
1. 1 Roadway Clearing and Grubbing,
LUMP um including removal and disposal
of concrete curb and gutter,
masonary block walls & foot -
{ ings, fences, concrete sidewalk,
miscellaneous concrete slab,
concrete pavement, signs, and the
removal and stockpiling of palm
trees and street lights as directed
by the City of Newport Beach-
�f— and
Cents $.
Per Lump !>um
2• 1 Park - Clearing and Grubbing, (entire
ump um site) including removal and disposal
of concrete sidewalk, concrete slabs,
restroom and appurenant facilities,
fences, trees, aandp recreational facilites.
Dollars
and
Cents aS000,� $x5000.
er ump um
�' LA A
8• 5,250 Install reinforced paving fabric
L — TT_ for AC overlay.
@ 11r�9 Dollars
p� and ;L !od S a
Cents $ $ (o J
�L Per Sq a rd
�s
. •
.
PR 1.2
t
tem
Total
Estimated
Item escription With Lump Sum
Unit
S
No.
City. & Unit
or Unit Price Written in Words
Price
Price
l
3.
5,500
Unclassified excavatiun and backfill
CY
including asphalt concrete and
E
aggregate removal of unsuitable
material excavation and disposal
of surplus material.
@ Dollars
and
nno Cents
$ a5.�1
$ 31��a
Per Cubic Yard
4.
1
Guard underground construction.
�-
Lump m
@ *jjjtf1 'l4 Dollars
�•
and
Cents
Per m
5.
5,380
Construct aggregate base section
ron—
including prime coat, complete in
`
!
place.
@ Dollars
t
and
N. o Cents
r
i
Per Ton
6.
1,850
Construct asphalt concrete pavement
—ns
base course including tack coat,
L
complete in place.
@ yea Dollars
and
MX Cents
$
ear fon
L7.
2,600
Construct asphalt concrete finish
—ions
course and variable thickness overlay
Lincluding
tack coat, complete in place.
@ Dollars
and
d
C ents
$
Per
8• 5,250 Install reinforced paving fabric
L — TT_ for AC overlay.
@ 11r�9 Dollars
p� and ;L !od S a
Cents $ $ (o J
�L Per Sq a rd
�s
PR 1.3
Item
Estimated
Item Description With Lump Sum
Unit
To ta
No.
Qty. & Unit
or Unit Price Written in Words
Price
Price
i
`
9.
320
Complete cold plane at locations
shown on plans ;0 -.20' depth, 5' width).
I
@ ts�-,uA Dollars
and
A&Z Cents
A
$ 3.4'
$q1�0.
(
Per Square Yard
10.
3,450
Construct 4" AC /4" AB (or 6" PCC)
A
(
1
alley complete in place, including material
@, o Dollars
and
Cents
$ a
loa5.��
E
Per S uayle ot
(
11.
4,425
Construct PCC curb and gutter
LF
Type "A" (8" CF) per City of
Newport Beach Std. 182 -L.
(
(including 6" to 8" CF
(
transitions).
@A Dollars
(
and
'
q
Cents
$i•
E
Per Lit near Fot
12.
1,010
Construct PCC .urb and gutter
Type "A" (6" C=) per City of
{
Newport Beach STD. 182 -L.
@ Dollars
I
and
L
(�.•o Cents
E�•��
Eq�9�
er inear Foot
1
L
13.
3 250
Construct PCC curb and gutter Type
"C"
F
(6" CF) per City of Newport
Beach STD. 18- -L.
@ Dollars
and
Cents
PeFNn..o
inear '.root
14.
26,800
Construct PCC sidewalk per City of
1—
Newport Beach Std. 180 -L and as shown
L
on plans.
@ Dollars
L
and
Mao Cents
�
$o�,'
Q°
$53Goo.
Per -oot
a
• • PR 1.4
Item Estimated Item Description With Lump Sum Unit ota
No. Otv. & Unit or Unit Price Written in Words Price Price
15. 3,770
S7—
C
16. 400
(
l
SF
t
17. 10,250
4
i..
i
SF
L
�L
L
L
18. 3,750
— ST—
19. 800
SF
20. 4,870
— -ST—
Construct PCC curb access ramps,
per City of Newport Beach Std. 181 -L
and as shown on Flans and Details.
@ lt� Dollars
and �o
/k-o Cents $ai. �� $_]j`i0, .
Per Square Foot
Construct PCC residential driveway
approach Type II per City of Newport
Std. 165 -L.
@ Dollars $ a• SC
and
Cents
Per qu re oot
Construct median island patterned
PCC pavement per detail in place.
@ 9Q Dollars
and
(b..0 Cents $ 3 $ 307 0.
Per Square Foot
Construct 6" PCC alley approach
per City of Newport Beach STD. 142 -L.
@ Dollars
and jv 10
Cents 8 $ g 5-7
Per Sqbarle !Wt
Construct 6" PCC alley as shown on
plans and per City of Newport Beach
STD. 140 -L.
@ Dollars
and jC
Cents $ a• $��OQ.
Per qua a of
Construct 6" PCC garage approach
as shown on plans.
@a Dollars
and LP
Cents $ �• $ Id 17 J.
er 5quarb FdVt
L
L
PR 1.5
Item
Estimated
Item Description With Lump Sum
Unit
Total
II
No.
Qty. & Unit
or Unit Price Written in Words
Price
Price
21.
3,125
Construct PCC cross gutters as
r
Sr—
shown on plans and per City of
Newport Beach STD. 185 -L, modified
per D ail Sheet 2.
@ Dollars
and
(Y� Cents
$
_
er Square Foot
22.
1
Construct replacement wood fence
as shown on plans and details
complete in place.
m @ Dollars
and
Cents
eq
$ a��•
-
__�
erl' Lump Sum
�.
23.
1,030
Construct New Concrete Block Sound
Or
Walls including clearing and grubbing,
excavation, footing and backfill
complete in place (H =6' minimum).
@ Dollars
f
and
Cents
$1 0•
$ 1 a 1 04. ,
Per Linear Foot
\`i
24.
5
Construct soundwall gates as shown
EA
plans and details complete in
L-
- - -=
place.
@ Dollars
L
and
cents
$350•
Per Each
L
25.`
220
�F—
c nstruct new Concrete Block sound
Us incluing clearing and grubbing,
\�
excavation, footing and backfill
`
complete in place (H= 2.5').
`
@ Dollars
and
Cents
$so,k-�
jo
$ �OSc70,
Per Linear foot
L
L
( •
• . P
PR 1.6
1 •
Tota
Item Estimated I
Item Description With Lump Sum U
Unit T
l 2
No. Qty. & Unit o
or Unit Price Written in Words P
Price P
Price
26. 2,125 C
Construct 4" PCC walkway as shown
on plans.
fSF o
@t, Dollars
and c
cA�
$
Per Square Foot
27. 1 M
Modify existing junction structure
? E
EA t
to accomodate 15" and 18" ACP per
detail including removal and disposal
( o
of ACP storm drain.
I
Dollars
and J
JL'
Cents $
$ 5oee, S
S S000.
Per ac
28. 356 C
Construct 15 -inch ACP Class III
LF i
including excavation, bedding, and
backfill complete in place,
( @
@ ps„ Dollars
and A
A
$ ay9ao.� =.
l .
Per Linear Foot
..
29. 475 C
Construct 18 -inch ACP Class III
LF i
including excavation, bedding, and
L L
backfill, and slurry where shown on plans,
comp] in Place.
@ .�j� -,4 �QO Dollars
and
~ C
Cents
near oot
11
S
,
_
• .
'
4 1 1I
Item Estimated
Item Description With Lump Sum
Unit
Total
No. Qty. & Unit
or Unit Price Written in Words
Price
Price
31. 6
Construct junction structure No. 1
— EA—
per City of Newport Beach Std.
(
310 -L, complete
�' yin` 'place.
k 4kra4AA
@ Jk A- Dollars
and
Cents
$ D0 ��
$ 8000. �
Per Each
�y
32. 940
Construct 24 -inch ACP Class III
LF
including excavation bedding and
`
backfill complete in place.
t
@ gfQk!j4�.u� Dollars
and
Cents
$
�a
Per Linear Foot
(
33. 11
Construct curb inlet Type "OL" (L =7')
`
E
per City of Newport Beach Std. 306 -L
with local depression per STD. 304 -L
(
including excavation and backfill,
f
complete and in place.
@ ol l ars
and
$ 300.
$ 3tc3a0,
er ach
34. 1
Construct curb inlet Type "OL -A" (L =5')
EA
as modified per plan and per City of
Newport Beach Std. 305 -L with local
depression, including excavation and
backfill,complete in place.
L
@tOUtk4M UQ.6U kUAdt4 Dollars
- -- V and
'0"0
Cents
$5.
L
er Each
35. 8
Construct 4" private drain through
L
LF
curb per City of Newport Beach
STD. 184 -L.
@_ Dollars
Cents
$v75.
Per Linear foot
t
L
L
f
(; PR 1.8
I '
tem E stimated Item Description With Lump Sum Unit To ta
j No. Qty. & Unit or Unit Price Written in Words Price Price
36. 2
Construct PCC pipe anchor per plans.
@ `_LEA& 4P 4k Dollars
L/ and
c� A Lp
Cents
$ b0D•! $ I1'00'
er ach
i
37. 715
Construct 12 -inch DIP water main,
L>
Class 51 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement
removal and replacement.
@ Dollars
and
��
Cents
$ 10. $% 1 JDO. .
Per Linear Foot
38. 80
Construct 12 -inch ACP water main,
LF
Class 200 with fittings and appur-
tenances complete in place including
l
bedding and backfill, pavement removal
and replacement.
@ st.}{u.l - ,�tU?ap� Dollars
and
`P_rQ Cents
_
$ ��, $ 4 5 o. `P� .
Per Linear Foot
39. 1,585
Construct 12 -inch ACP water main,
— r
Class 150 with fittings and appur-
L
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
4�A
@ — �� Dollars
—�V and
0. U-0
SR'
Cents
$
LPer
Linear Foot
40. 40
—LT_
Construct 8 -inch DIP water main,
Class 51 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
Land
replacement..
I'.
@ ��^^/ Dollars
LU
U Cents
$
Per Linear Foot
tt
r
0
L
L
L
L
L
L
i
0
PR 1.9
tem Estimated Item Description With Lump Sum Unit ota
No. Qty. & Unit or Unit Price Written in Words Price Price
41. 220 Construct 8 -inch ACP water main,
LF Class 150 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
@ N G" —I w U Dollars
— W and
qtr. Cents $ Ja.
Per Linear Foot
42. 165 Construct 6 -inch DIP water main,
LF Class 51 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
@ A&2LXt Dollars
and
Cents $ -7D, $11 S 50
Per Linear Foot
43. 775 Construct 6 -inch ACP water main,
LF— Class 150 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
@ 4w Dollars
U V `fk_"' cents $ 5a. �'
Per Linear Foot
44. 60 Construct 4 -inch ACP water main,
lam- Class 150 with fittings and appur-
tenances complete in place including
bedding and backfill, pavement removal
and replacement.
@ )i.%- i4A U Dollars
W and
Cents $ S3,'- $ 31 g0.
Per Linear Foot
45. 5 Construct 12 -inch flanged butterfly
_—FA valve, complete in place.
@OAditiLwk (kDoltars
and b�
Cents $�5�- J $75�,
Per Each
Item Estimated
No. Qty. & Unit
46. 2
EA
•
Item Description With Lump Sum
or Unit Price Written in Words
Construct 8 -inch flanged butterfly
valve, complete in p�la"ce�."
@ p�Ak(�1Gpellp(d1lk,{d1cMt4�i Dollars
and
Cents
er tac
i
PR 1.10
$II T $aa00.
L
114
411. 1
Construct 8 -inch flanged x RT
—EA—
butterfly valve, complete in place.
@ p/!1Q {�J11lld( QX4 �llt/t�([Q�i Do Lars
and
Cents
$ �� 00.
$
r
er Each
'
48. 1
Construct 8 -inch RT butterfly
EA
valve, complete in place.
�..
lv
@ Ckklt lAA$.,- 'Ae_el.&Ad4aDollars
and
Cents
$ l I �•
$ 0
er ac
49. 2
Construct 6 -inch flanged butterfly
EA
valve, complete in place.
@ A (/ I-4X AkkA_ Dollars
and
Cents
LIP
$ �gOQ
Per Each
L50.
18
Construct 6 -inch flanged x RT
butterfly valve, complete in place.
@ LM 'd�uJl� k4 Dollars
'
and
Cents
S ��Q.
8/
$ 1 � a00.
er ac
51. 2
Construct 6 -inch RT butterfly
_
�A—
valve, complete in place.
@ Dollars
and
L
Cents
$ ��0.
i
$ JILO 0.
Per Each
L
114
I
i
1
1
L
L
L
�L
L
• PR 1.11
Item Estimated
Item Description With Lump Sum
Unit
ota
No. Qty. 8 Unit
or Unit Price Written in Words
Price
Price
52. 17
Reconnect and extend existing
Ek—
water services, complete in place.
Q
@ 4 tX `�,tt.AQ,i. kk Dollars
. � and
S00
5Cn
Cents
$
$
Per Each
53. 7 Construct air and vacuum assembly,
EA complete in place. �it
@ 0" 4VA4 rtA hQV AA4ftAd Do 11 a rs
and
Cents $ o—qn. $ j 14 00.
er ach
54. 1 Construct blow -off assembly,
_7K complete in place.
@ Dollars
and
Cents $5000.) $ 5000,
Per Each
55. 6 Construct fire hydrant, complete
EA in place.
t
`
@ �Twb44OAA4ttk"dQollars
and
Cents $
Per ac
56. 820 Construct 8 -inch PVC sewer and
—LF— appurtenances, complete in place.
@ Dollars
+� and �'�
J Cents $ 3o. $ oZqo'
er Linear T,ot
57. � Remove and replace sewer (house) laterals
@` ='6-� Dollars
and
L14—' Cents $�_�
er ac
58. 10 Adjust manhole to grade per City of
—E%i— Newport Beach STD. 111 -2.
@ JA-4&A- Aa&kt4 Dollars
and
Cents $ 30'
P—er-T-a-cli
$ 3oeo.
• • PR 1. 12
Item Estimated Item Description With Lump Sum Unit ota
No. Qty. 8 Unit or Unit Price Written in Words Price Price
59. 2 Install "false curb" assembly per
Ek_— plans and Pacific Telephone STD.
A& @ & "Ak lwlYcc3 Dollars 3
Cents $' J E X17
er
60. 15 Adjust valve box to grade per City
EE— of Newport Beach STD. 511 -L.
@ Dollars
{ and
Cents $ 3fl. $
er ra ch
1 61. 20 Adjust water meter box to grade as
EA shown on plans".
@ pIJI�I.IIUJ�caWkDollars
°� —and _
Cents $ j3S $ oO0
Per Each
62. 200 Construct 6" PVC sewer with cleanouts
EF— per City of Newport Beach STD. 400 -L.
(Park Sewer Facility)
@ LIA - Obi.- Dollars
and
Cents $
Per Linear Foot
63. 100 Install 2" electrical conduit with
Ll<— pull boxes as shown on plans.
(Park
"" EE�lectrical Service)
@ �w'tJL Dollars
and
Cents $ c)O. $ acoo
Per Linear Foot
f 64. 21 Install Street Light Standard and
Luminaire, Type II including pull
boxes per City of Newport Beach STD.
L 201( -L, complete in place.
@ �IIG 1Hw�l� �GU'i.11ulltLll[�o1 ]ors
and
Per Each Cents $�JDO, $3),Sf)
E
1
L
is
L
1-
L
L
�1
L
A,
0
6
PR 1.13
Item Estimated Item Description With Lump Sum Unit ota
No. Qty. & Unit or Unit Price Written in Words Price Price
65. 4,600 Install 1 -1 inch street light conduit
LF with conductors and ground, complete
in place.
@ Dollars
and
Cents
er Linear Foot
66. 24 Install Street Lighting pull boxes
as shown on plan.
@ �IIk kCUI�LEDt �j yf t1T(, Dollars
and
Cents
Per Each
67. 1 Install (2) traffic signal STD. with
umL p um flasher system and luminaire as shown
on Sheet 12 of the plan, complete in
place. , .
@ L/��/4-ii#V_AAAQ _Dollars
and
Cents
Per Lump Sum
68. 1 Modify existing traffic signal
um�p_I�um detection 'system per plans.
@' utv AtccOeu�d,�Uc tCCAQt'fcQDol1ars
and
`?Lj ' Cents
Ter lump Sum
69. 1 Tratfic striping and signing per
Lump hum Sheet 42 of the plans, complete
in ,place. ((��
@ Lrc - c, 4 VL —Dollars
and
Cents
Per Lump Sum
70. 1,780 Install 4" PVC sleeves (SCH 40) as
LF shown on plans. (median island
irrigation).
@ JkA-k_ Dollars
and
Cents
Per Lineal Foot
$ 44114 6D
$ 3�av
$ ) r,000. .
$ 015 a0, L!
X-911
f
I
I
1,
L
Lj
P
6
PR 1. 14
Item Estimated Item Description With Lump Sum Unit To ta
No. Qty. .& Unit or Unit Price Written in Words Price Price
71. 1,780 Install 1" PVC electrical conduit
LF (SCH 40) as shown on plans (median
island irrigation).
@ Dollars
and
/y� ,o Cents $ 'r
Per Linear Foot
72. 1 Construct irrigation system in
Lump Sum roadway medians as shown on
Sheets 30 through 33.
@ E�`�ky36�11J� Dollars
and
Cents
Per Lump Sum
73. 1 Landscape roadway medians as shown
LUMP um on Sheets 35 through 37 .
@d ts -Wk*k4 AA - Dollars
and
Cents
Per Lump Sum
74. 1 Traffic Control and construction
um
L p um phasing. �/�
@ 441V � Dollars
and
Cents
er- Lump Sum
75. 1 38th Street park site grading and sub -
Lump Sum grade preparation for paved areas as
shown on Sheet 13.
@ VV Ik6a"AiL Dollars
and
Cents
Fer Lump Sum
76. 1 Construct 38th Street park restroom
ump um and shade structure as shown on
plans and details cowlete in place.
( �I/ v�
@ 6��J1 U C►dAapDollars
WV UU and
%_` Cents
Per Lump Sum
$ 30 000'
$ 10 011o
f.d.
$ I 000
I •
�. Isem Estimated Item Description With Lump Sum Unit Total
No. Qty. & Unit. or Unit Price Written in Words Price Price
77. 1 Construct 3Pth Street park site
Lump Sum liqhting as shown on plans and
l details, complete in place.
.n
Dol I ars
( and
/Yt p Cents $ oi1000
r Per Lump Sum
1 78. 1 Construct 38th Street park hard-
LUMP un scape including adjacent sidewalks
as shown on plans and details,
complete in place.
@ -f Dollars
and
,/V✓f7 Cents
I der Lump Sum
�. TOTAL PRICE ITEMS 1 THROUGH 78
WRITTEN IN WORDS: c t31LQ_c�dyv4Ud� a A/J�,
Cents `��$ q5ZI, �D
Silveri & re Bouef iv
8' er
-� Oct. 31, 1986 V� General Partner
DATE:
Au rized ignaturefi e
t714 -543 -1967 1404 -C S. Ritchey, Santa Ana, ca. 92705
Bidder's Telephone Number idder's Address
484181
Contractor's License No.
l1404 -C S. Ritchey, Santa Ana, Ca. 92705
Contractors Address
L714- 543 -1967
} Contractor's le.ep one Number
L
L
Page
• INS7 UCTIONS TO BIDDERS •
The following contract docu -ients shall be completed, executed and received
by the City Clerk in accordance .ith NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTR= ::TOR(S)
4. BIDDER'S BOND (sum not 'ess than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND E:= ERIENCE REFERENCES
except that cash, certified chec,: or cashier's check (sum not less than 10% of
the total bid price) may be receded in lieu of the Bidder's Bond. The title of
the project and the words SEALED 3ID shall be clearly marked on the outside of
the envelope containing the bid.
The City of Newport Beach w'.71 not permit a substitute format for the
contract documents listed above. Bidders are advised to review their content
with bonding and legal agents prior to submission of bid.
Bids shall not be received f -cm bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also :e required to possess a City of Newport Beach
business license prior to executi:n of contract.
i_
The estimated quantities ind` :ated in the PROPOSAL are approximate, and are
given solely to allow the compari:3n of bid totals.
�- Bids are to be computed upon :he estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and f'3ures, bid wording shall prevail over bid
figures. In the event of error i- the multiplication of estimated quantity by
unit price, the correct multiplic =_.ion will be computed and the bids will be
compared with correctly multiplies totals. The City shall not be held respon-
sible for bidder errors and omiss`ons in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
i to sign an behalf of the bidder. =or corporations, the signatures shall be of a
corporate officer or an individual authorized by the corporation. For part-
nerships, the signatures shall be of a general partner. For sole ownership, the
Lsignature shall be of the owner.
In accordance with the Calif: -nia Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations Pas ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of oorkman or mechanic needed to execute the
contract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
- California Labor Code relating to : revailing wage rates (Sections 1770 -7981
inclusive). The Contractor shall a responsible for compliance with Section
1777.5 of the California Labor Cod: for all apprenticeable occupations.
484181 A Silveri 6 1,,e Bouef JV
ontr's Lic. No. & Classification i
i
Oct. 31, 1986 t i ral Partner
Date u horize igna ure! i le
C
L
r
r
t
R
1.
l_
L
L
L
I�
• • Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer -and as provided by State law.
Subcontract Work Subcontractor Address
9.
10.
11.
12.
Silveri & Le Houef 3V
Bidde
al Partner
e
HARTAD ACCIDENT AND INDEMNITAOMPANY
narliord. Connecticut
POWER OF ATTORNEY
Know all men by these Presents, That the HARTFORD ACCIDENT AND INDEMNITY COM-
PANY. a corporation duly organized under the laws of the State of Connecticut, and having its principal office In the City of
Hartford. County of Hartford. State of Connecticut, does hereby make. constitute and appoint
WILLIAM R. FRIIS, CAROL E. MUNARETTO, ROBERT B. CUNNING
and KENNETH A. COATE of RIVERSIDE. CALIFORNIA
Its true and lawful Attorneys) -m -Fact, with full power and authority to each of said Attorney {sl -in -Fact. m their separate
capacity d more than one is named above. to sign, execute and acknowledge any and all bonds and undertakings and other
writings obligatory In the nature thereof on behalf of the company in its business of guaranteeing the fidelity of persons
Molding places of public or private trust: guaranteeing the performance of contracts other than insurance policies:
guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities. and
executing or guaranteeing bonds and undertakings required or permitted m all actions or oroces dings or by law aboweq.
and to bind the HARTFORD ACCIDENT AND INDEMNITY' COMPANY thereby as fully and to the same extent as if such
bonds and undertakings and Other writings obligatory in the nature thereof were signed by an Executive Officer of the
HARTFORD ACCIDENT AND INDEMNITY COMPANY and sealed and attested by one other of such Officers. and hereby
ratifies and confirms all that its said Attorney(s) -in -Fact may do in pursuance hereof.
This power of attorney is granted by and under authority of the following provisions:
(1) By -Laws adopted by the Stockholders of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meeting
duly called and held on the 10th day of February, 1943,
ARTICLE IV
SECTION a The President or any Vice - President. aCliN with any Secretary or Assistant Secretary. shall have power and aumonty to appoint. for
Pies d ris oily of elecu0ng antl attesting bonds and uncersk,hgs and nine, wrongs obligatory :n the nature thereof, one or more Resident Vice.
Si nt As551an1 Secretaries and Anomeys-m-fatl and at any time to remove any suU Resident V¢e- Presideni. Resident A,,,stant
Secretary or Anomay-m -Fact. and revoke the power am authority given to him.
SECTION 11. Attomey, +o -Fact shall have power and authwly, Si to the terms anti Iimurii of the power of .Ronne' ,,sued to them, to
execute and deliver on remelt of the Company and to efface the Seat of the Company thereto any and alt bands and undertaking, and other wrongs
obagatnry in me nature thereof. and any such erstrumentexecufed by any Such Attorney -in, Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested by one other of such ch iens.
(2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD ACCIDENT AND INDEMNITY
COMPANY duty called and held on the flan day of June, 1976:
RESOLVED'. Robert N. H. Serer- Assstanl Vme- President and Thomas F. Delane, Assistant Vete-Presilerl. shag each nave as long as he holds
such office the Same power as any Vice-Preament under Sanctions 6.7 and a of Article IV of the Bylaws dt me Company
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution
adopted by the Directors of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meeting duly called and held on
the 6th day of August, 1976.
RESOI -VEO. That. whereas Rorert N H. Setter, Assistant Vice - President and Thomas F. Delaney. Assistant Vice - President. acting with any
Secrelaryor Assistant Secretary, each have the power and authority. as long as he holds Such others, to appoint by a power of attorney, for purposes only
of execuhnq and allea tang roods and undMakeegs aMblher wetlrgs obtig ii In lee nature thereof, one ce more Res,dmt Vice- PnesW¢nt5. Assistant
Secretaries and Attorneys-in-Fact:
Now. therefore, the signatures of such Officers and the seat of the Company may be affixed to any such power of attorney or to any cenihcate relating
thereto by facsimile. and any such power of attorney or cMdkafe bearing seen tacsmee signatures or facsimile seat shall re wrof and binding upon me
Company and any such power so executed and certified by txc rnme, signatures and tans is seat shall per valid and binding upon me Company in the
future with respect to any bond or undertaking to which it is anatchiU.
In Witness Whereof, the HARTFORD ACCIDENT AND INDEMNITY COMPANY has caused these presents to be
signed by its Assistant Vice - President, and its corporate seal to be hereto affixed, duly attested by Its Secretary, this 1st day
of April, 1983.
Attest HARTFORD
HARTFORD ACCIDENT AND INDEMNITY COMPANY
Mary Scnaa. Sacrwary
STATE OF CONNECTICUT, 1, Rupert N H Serer
ss AsLVanr v,1s P•es,denr
COUNTY OF HARTFORD, I
On this 1st day of April. A.D. 1983. before me personally came Robert N. H. Sener, to me known. who being by me duly
sworn. did depose and say: that he resides in the County of Hartford. State of Connecticut; that he Is the Assistant Vice-
President of the HARTFORD ACCIDENT AND INDEMNITY COMPANY, the corporation described in and which executed
the above rnstrunissi that he knows the Seal of said corporation'. that the seat affixed to the said instrument Is Such
corporate Seal; that rt was so affixed by order of the Board of Directors of said corporation and that he signed his name
thereto by like order. Q'xa C7n'
STATE OF CONNECTICUT. I Gloria Malufas. Notary Pvtwc
sir My Commission Expires March at. 1996
COUNTY OF HARTFORD. I CERTIFICATE
I. the undersigned. Assistant Secretary of the HARTFORD ACCIDENT AND INDEMNITY COMPANY. a Connecticut
Corporation. DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains m full force and has
riot been revoked: and furthermore, that Article IV. Sections 8 and 11, of the By -Laws of Ire Company, and the Resolutions
of the Board of Directors. set form Ir. the Power of Attorney, are now In force.
Signed and sealed at the City of Hartford. Dated the 27TH day of OCTOBER 19 25
�g.
remes0507.10 P.mteo ,n U. S.A Day.d Johnson
Asmstanl Secretary
560218
Bid Bond-
KNOW :ILL. MEN BY THESE PRESENI'S:
SILVERI tk LE BOUEF 7V
4. -THE HARTFORD
9
Bond No. 5062087
PRENHU:NI -NIL-
....................................................................................................................... ...............................
(llcicinafter called the Principal), as Principal and the.HARTFORD ACCIDENT AND INDEMNITY COMPANY
�.. ..................................................... ...............................
a corporation created and existing under the laws of the State of... CONNECTICUT with its principal
# otlicc in the City of....... HARTFORD .... ...................(hereinafter called the Surety), as Surety, are held and firstly
bound unto ............ CI. T. Y... O. F... NE1C! P. O. R. T.. B. EA. CB ........................................................................... ...............................
................................................................................................................................................................... ...............................
}
:.
1
1
(bcrcinafter called the Obligee), in the full and just sum of ..... TEN,.PERCENT.OF. THE AMOUNT, BID
................. ............
...................................................................................................... ............................... . Dollars ($......10 %..................I,
good and lawful money of the United States of America, to the payment of which sum of money well and truly to be
made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, succes-
sors :md assigns, jointly and severally, firmly by these presents.
............................................................................................................................................................ ...............................
NOW, THEREFORE, if the bid or proposal of said Principal shall be accepted, and the contract for such work
be a%%arded to the Principal thereupon by the said Obligee, and said Principal shall enter into a contract for the
umlpletiott of said work and furnish bonds as required by law, then this obligation shall be null and void, otherwise
to remain in full force and effect.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed, sealed and
,I.Ited this ...................... . 27. TkI....................................... day uf............. OCTOBER .............................................. 19.86.......
�thness: :,$ fI _YERL.dc..LE..B.QU.EF...J.11... ........ (SEAL)
Cl/ V (j
.... ............................... ......................... (SEAL)
OF il\UNlpudt. oR rtRnp
.............................................................. ...............................
(IF CORPORA'rumi
t 411.1 IfaliCl n.: -. ..
...................................... ............................... (SEAL)
Principal
HARTFORD ACCIDENT AND
..AN.D.fN! NiT.Y...G.Q.NWM Y..
..�y.:..'......
KENNETH COATE Auurney -in -Furl
I
Bid Bond:
KNOW ALL 11EN BY THESE PRESENTS:
THE HARTFORD
Bond No, 5062087
PREMIUM -NIL-
That ..............SILVERI dc, LE BOUEF 7V
................................................................................................................... ...............................
................................................................................................................................................................... ...............................
(IICICMUILCr called the Principal), as Principal and the.HARTFORD ACCIDENT AND INDEMNITY COMPANY
..................................................... ...............................
a curpuratiun created and existing under the laws of the State of... CONNECTICUT ............. with its principal
e
ullicc in the City of....... HARTFOR.D .... ...................(hereinafter called the Surety), as Surety, are held and firmly,
shoutui uluo ............ CI. T. Y... Q. F... NElC! P. Q. R. T.. B. EA. CH ........................................................................... ...............................
..................... . ..................... . ................................................................... ............................................ . ...................... I...............
(herrinalict called the Obligee), in the full and just sum of ..... TEN, PERCENT OF THE BID
........... ..................
............................................................................................................ ............................... . Dollars ($.......1 . ..................),
gaud and lawful money of the United States of America, to the payment of which sum of money well and truly to be
made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, succes-
surs and assigns, jointly and severally, firmly by these presents.
WIlliREAS, the Principal herein is submitting a proposal for..I}.Ai, .Q&.0.QU,I,EVARD „WID EN! NG .............
........ `RO \I 32ND .ST.. .R.. FE.T .LO... 44T.H..STREET CONTRACT NO. 2568
........................................................................................... ...............................
................................................................................................................................................................... ...............................
NOW, "rl'ILREFORE, if the bid or proposal of said Principal shall be accepted, and the contract for such work
I awarded to the Principal thereupon by the said Obligee, and said Principal shall enter into a contract for the
Iumplction of said work and furnish bonds as required by law, then this obligation shall be null and void, otherwise
to remain in full force and effect.
IN TESFINIONY WHEREOF, the Principal and Surety have caused these presents to be duly signed, sealed and
ledthis ........................ Z7.TH ....................................... day of'.
tciulcss
State of CALIFORNIA
Count-vof RIVERSIDE
OFFICIAL SEAL
NOTARY MIRIC -CCA FORMA
RiVEflSID£ CO1141TY
My Comm. Expires June 4, 1990
SS.
Q.C.T. Q/r BE R ........................... ...................19.86.......
: 5ILYERI ..&..L.E..B.QU.EF....J.Y ... ............ (SEAL)
On OCT 2 7 109 , before me, the undersigned, a
Notary Public of said county and state, personalty appeared. personally
known to me or proved to me on the basis of satisfactory evidence,
I ., , I!X:T4 A C()ATF
known to me to be the Attorney -in -Fact of
HARTFORD ACCIDENT
t l':U :11!11 II 1 LIVI'] IIV I.
the Corpora Ion t at execute he within instrument. and known tome to
be the person who executed the said instrument on behalf of the
Corporation therein named, and acknowledged to me that such Corpor-
ation executed the same.
j' NOTARY PURLIC
Al
iv THE HARTFORD
Bond No. 5062057
PREMIUM -NIL-
KNOW ALL MEN BY THESE PRESENTS:
That ..............SILVERI do LE BOUEF 7V
......................................................................................................... ...............................
................................................................................................................................................................... ...............................
................................................................................................................................................................... ...............................
(hereinafter called the Principal), as Principal and the.HARTFORD ACCIDENT AND INDEMNITY COh1PANY
..................................................... ...............................
a corporation created and existing under the laws of the State of .... CONNECTICUT ............. with its principal
office in the City of .....,HARTFOR,D,,,, ,,,,,,,,,,,,,,,,,,,(hereinafter called the Surety), as Surety, are held and firmly
houndunto ........... .CI.T.Y...QF...NE.W.P.Q.R.I..B. EACH ........................................................................... ...............................
(hereinafter called the Obligee), in the full and just sum of ..... TEN PERCENT OF THE AMOUNT BID
.. .............................. ...............................
............................................................................................................ ............................... . Dollars ($......1Q o
good and lawful money of the United States of America, to the payment of which sum of money well and truly to be
made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, succes-
sors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal herein is submitting a proposal for..Rli( 39A „D,QU,I ),VARD „WIDE.NItiG „_..._...._.
FROM 32ND STREET TO 44TH STREET CONTRACT NO. 2568
................................................................................................................................................................... ...............................
.. .. .. ... .. .... .. .... .... ... . .. . ... ... . ... . .. ..... . .. .... .... . ... ... ... .. ...... . ......... .. ... . .... .. . ..... .. ... . .. ...... ...... ......... ... ...... ...... .. ........ .. ... .... . . ... ... . .. ... . . . .. .... .
NOW, THEREFORE, if the bid or proposal of said Principal shall be accepted, and the contract for such work
be awarded to the Principal thereupon by the said Obligee, and said Principal shall enter into a contract for the
completion of said work and furnish bonds as required by law, then this obligation shall be null and void, otherwise
PARTNERSHIP ACKNOWLEDGMENT No. 20
State of On this the �/ day of 19 0� before me,
SS.
Countyof } %%.e <3i%.100 1 A:} N
the undersigned Notary Public, personally appeared
t Cr;:c':L SE.L
personally known tome
�. ,:-- i,•�1;': E1A ^u,;;.A i2YA ?l t fP P Y
NOSARYP -CALIFCRHtA 'proved to me on the basis of satisfactory evidence
PRINCIPAL OFFICE I;1
ORANGE COUNTY to be the person(s) who executed the within in trument on behalf of the
` My Canmfsion EaD. Mxr 21, 1990 partnership, and acknowledged to me thazthiartnership executed it.
WITNESS my hand'and official seal.
Notary Signature
l:� /r.'� r� .Jir�.rii�1li�/re'1.- .'+�.i•'. cal.+ l.2 J1”! �1.c' ��i�2:/ s�1. 2.r i•' 1.` J/-': ?:-' i/.• ��i?. rrr' �"!. 2' 1'. C2JT�2r .•! "� ^'r- •�rr±i'.y/ /rr�rlrr .
nX 122 NATIONAL NOTARY ASSOCIATION • 23012 VMNra BNC • PO. Boa 4625 • WoW M MlIc CA 9136
1` —xxalw NOTARY LSIDE RNIA
y ;:.,,., ation executed the same.
RIVEY
My Comm, 1990
/ NO'L1RY PUBL IC
`' . ' • • Page 5
L
L
L
L
L
L
L
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn t before me
this .1 day of
19z
My commission expires:
-f,—),l -'l 0
Silveri S Le Bouef JV
Bidder
OFFICIAL SEAL
BARBARA RYAN
NOTARY PUBLIC CALIFOIRIIA
PRINCIPAL OFFICE IN
ORANGE COUNTY
My Caamimm Exp. May 21. 1910
e
Partner
i
f
f
j-
f
L
L
tL
L
I
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For whom Performed (Detail)
Person to Contact Telephone No.
1986
unty or orange UTA
Dana Point Couplet
Paul Gilbert
714- 834 -7089
1986
City o Signal-Hill
Cherry Ave. Street Improve.
Jun Byres
213 -426 -7333
1986
City of Carson
Figueroa St.
Fred Thcrosen
213 - 830 -7600
City of Anaheim
Broadway, Harbor, Clanentine
Ralph Harp
714 - 999 -5100
1986
Cit' of Seal Beach
Conc. Alley Reconst.
Jim Cosby
213- 431 -2527
1986
City of Lca
Cypress St. .
Philip ikoff
p
213 -325 -7110
Page 6
Silveri & Le Bouef JV
Bidder
L
'�. eras Partner
oriz Signaturef le
C'
1
a
8
r1I
9
M
A
LUZ
1
-1
-fin
Co
c
J
In
—
o
-�
\
-P
fi-
.,-0kro
��
—S�3
^IC
�GGOC
�
cso
1
�z
r�i,l6n
Sc
t
u�NoPo
_
11yCID
Nu10U6SG�\
N
S
I
C
I'A
t
�I
m
1
P
�D9P1PA9
r�rrrr
rrrrl
G1t
R
e
jl
L
it
n
�9
r"
...1
d
go
l
r
°$
Ice
c
(y
U\
WJN
6
O
G�
�
'
0
�
Gp
o
0
UO
O
pCG
(nOOO
oC
O
y
I
f
I
oQOOOOOO
O
0
0
0
0
W
N
p
rJ
o�
°
J
G
C1
w
O
J
J
n
G
C
z
N
A C
I
Pp!$
00
to
I°laa
1
10
O
loo=.
1
1
1!
5 S
lo(
_
N,
J
W
°
-<�
4
p\
l
(
�
,
°
0
9
o
00
W
VI
�-
~
Q
Io
0
l
I
of
SA IF
,p
y
Ioo
r
I�t
N
a
t•
N
((pp
C1
�5
Cj
O
N
tt��
G
O
�NlN
�10
4yny,�
OIv
yV�
v
JJ,Q�
j
onO
J
p�
o
J
ti
U�j
�tb,�
V V
�SIO
0
N
_
z
7y
A A
.II
Ilo
�
„�d
O
�olgglPl
"'A
�Y
la,,p�r
00
�
P 3'
NI
.pWN�ti
v�A
T%t,�
°�p
vN
\h
o
13
,o6'
-j_
^tl
�q'ot/}a�zA
�
I�O�pO`Ij
JO
06
oOGUfOOGGCY
JI
W
No�loppl�vgVA
I
j
O
N6
O
-0U1
O
p
J
E)
l
l• °°
jOO
0000
a�
0
O
o
6
p
O
0
6
8
r1I
9
M
A
LUZ
1
-1
-fin
Co
c
J
(n
m
m
1
O
W
Mn -r
p a
l�
�oA
�N
� CA
-mcstik
'1)
CD
0
c•+
c 1
v
In
In
o
v
o
(%
v
q
3
1
0
b
�
y_
D
_
P
t
TI
6+m
r+
ET
<
=
e
n
5
t
I >'
r°J
_
jd
f1
O
W�
whop
vP�
Wry
CL
°a
v��
Op006
�h�/�
GO
o6
Ww
O
c
7
t�nmN
Tni
4
^
v
^
p'Q
s�
�^
-4
to
u
�1
m
OOU�OIoI
(vy�
O
W
W
J
w
f
,
�cl�
{�l��dlo
oloPl
°u��inin�
�,\
W
p
Woo
N
w
oo
p
IZI
.I
N��vt00000
ac-
°I
Jrlr�OVlilrtr
C,
t"
ct'j=
NNWNNN
w-
ci
V
1$oI
,
1°
1
I
1
1$1
tt"-N
a
1S�in
�6
LP
�Q
Id
oKltl
o
Ov
v",�
tl�pOp
O
vy��
app
t�+
A
n,
n,
V�°'N
p
�n
tp
p°O
v
_1
,y�
P��'�'11111
N
1Z
r
2
\
N(r0
u
I\
V
Z'
NAfif
l f
l8
wtv
it
{°
W
I
N
13C
Po
I'D,
I�
fa
W
�
�
v
►D'
;A
71
Q
i
11
!A
s
N
P
Nmw
W
J�N.1
pN
s,
D J,
h�log
N.\40
oo
SAO
J
11
o'n$$
°uls°
.P
a0
O
O
,trtI
,,I
„°
z
CD
O
ww
�J
o0
Ww
NJC,NW4�
Wy
�I
t'orrc�i5l
I
I
ICS
°
1
0
l
u
1
1
1
P
lot�1°
(
{ o
�°
ko
18
o
v+
la
in
iA
y
A�
N
F=
(/1�0
4S
{�
.P
~
W
O
UI
-
N
'tl
Ij��
IPo°l�poo�ocvt��d
O
N
°406
,�,�
C
W
�,
o
O
"'L)
N
w
8�oo�$
w
°
,�
=A.
I
I
Mn -r
p a
l�
�oA
�N
� CA
-mcstik
'1)
CD
0
c•+
c 1
.1
U
z
.r.
1
i
rn
c�
70
N
m
{
D
r
I
Ia
v
N
C
3
3
a
J
P
w
cc
P
�'
m
3
O
o
f tL
C
i
�
10 -
�
r-
w
—s
•'
w
A
�
nE
v
z
--
r
9
i
t
5
t
°
)
S
c
a-'
O •.
S
�
w
NoC^
O
�.1
6-=i
c
oJ,op
or
Rl�n
r'`�<
D
TI
n
m
r
rw
r
o-
NQ
r
rOGryQ
r
z_
LA
CA
to
I
0 GOVG
0
W
N
N
tIa
N
p
00
O
O
G
O
o
0
O
C
OOG�o
i
rV Nr°�
r
I "
I'N� °I
U
rtcgc
.
N
.
A
I
S 1
_._hGC4
S
O
oo
o
f
C
o
P ti
iEool�l
N
IA
N
'
p
�
r
N
—o
rip
t,
UA
�
tfO
i
QN
N
U
N
{
O
foc,
^
9
o
-
1
H
to
U
-
r
1 I-Z Z
SS�
�oOploo�
yN_
�NN60
r
ap
;
I
'
4g.0Q
C/000g
pO
o
60
O
3D
o
2
o
W
1
o
O
I
1
1 I
ryI
I
rn
c�
70
N
m
{
D
r
I
Ia
v
N
C
3
3
a
J
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years,
and not a party to or interested in the above - entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date of May 14,
1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
/O -!b
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
Beach, California, this day of , 19
Sigyature
X
B KY LTON
LEGAL ADVERTISING DIRECTOR
THE NEWPORT ENSIGN
•
This space is for the County Clerk's Filing Stamp
NOTICE
INVITING BIDS
Sealed bids may be
received at the office of the
City Clerk, 3300 Newport
Boulevard, P.O. Box 1768,
Newport Beach, CA 92658-
8915 until 10:00 a.m. onthe
31 day of October, 1986, at
which time such bids shall
be opened and read for
Balboa Blvd, Widening from
32nd Street to 44th Street, _
Title of Project, Contr ict No.
2568, -- Engineer's Estimate
$1,445,000.00 -
Approved by the City
Council this 13 day of
October, 1986.
Wanda E. Reggio, City.
Clerk
Prospective bidders may
obtain one set of bid doc-
uments at no cost at the
'office of the Public Works
.Department, 3300 Newport
Boulevard, P.O. Box 1768,
Newport Beach, CA 92658-
8915.
For further information,
call Horst Hlawaty, Project
Manager, at 644 -3311.
10/16 - .- 5555 —
rnuOF OF PUBLICATION
14
7- 409SNG -0
October 13, 1986
BY THE Clis COUNCIL
• CITY Of NEiYPORT BEACH CITY COUNCIL AGENDA
ITEM NO. F -19
TO: CITY COUNCIL OCT 19 1986
FROM: Public Works Department APPROVED ._ 2s3�>
SUBJECT: BALBOA BOULEVARD FROM 32ND STREET TO 44TH STREET (C -2568)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened at
:3L, 1986, subject to Board of Supervisors
approval of the project administration agreement on October 14.
DISCUSSION:
On November 28, 1983, the City Council certified the EIR for the
• widening of Balboa Boulevard between 33rd and 44th Street; and directed staff to
proceed with implementing the widening of the roadway over a three -year period.
During the last two years, the City purchased six remaining parcels to construct
the project. All the right -of -way has been acquired and residential dwellings
owned by the City have been demolished.
The proposed project provides for the widening of the roadway from 65
feet to a width of 90 to 97 feet. The widened roadway will provide for wider
parkways and travel lanes, construction of raised medians with provisions for
standard left -turn lanes at intersections, and sound walls along the inland side
of the road. In addition, the project also provides for the complete
reconstruction of the 38th Street Park, the construction of a 12 -inch water
main, and replacement of old concrete sewer lines crossing Balboa Boulevard.
Development of the 38th Street Park design was coordinated with the
Parks, Beaches, and Recreation Department and with the West Newport Beach
Association.
1986.
:7
A Coastal Zone Permit was approved by the Commission on August 14,
October 13, 1986
Subject: Balboa Boulevard from 32nd Street to 44th Street (C -2568)
Page 2
• The plans and specifications were prepared by Robert Bein, William
Frost & Associates. The Engineer's estimate for construction of the project is
$1,418,000. Funds to award this amount are available in the following accounts:
DESCRIPTION ACCOUNT NO. AMOUNT
Balboa Boulevard Sewer Main 02- 5597 -417 $ 30,000
Replacement
Construct Additional Park 10- 7797 -068 $ 125,000
Improvements
Construct Balboa Boulevard 18- 3319 -002 $ 459,500
Improvements (Gas Tax)
Construct Balboa Boulevard 19- 3319 -002 $ 178,500
Improvements (Gas Tax)
Construct Balboa Boulevard 20- 3319 -002 $ 500,000
Improvements (AHFP)
• Water System Improvement 50- 9297 -193 $ 266,000
TOTAL $1,559,000
If acceptable bids are received, construction could commence by the
end of November. Completion of the project is anticipated by the end of May,
1987.
On September 22, 1986, the City Council authorized the Mayor and the
City Clerk to execute an Arterial Highway Financing Program (AHFP) project admin-
i st ration agreement with the County of Orange to provide for construction
funding to widen Balboa Boulevard. The Board of Supervisors will act on this
agreement October 14, 1986.
A set of plans is available for review in the Council conference room.
Benjamin B. Nolan
Public Works Director
• HH:jw