Loading...
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