Loading...
HomeMy WebLinkAboutC-2936 - Balboa Boulevard Reconstruction - 12th to 14th StreetsJune 11, 1996 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3005 Gillespie Construction, Inc. 245 Fischer Ave. B -3 Costa Mesa, CA 92626 Subject: Surety: United Pacific Insurance Company Bond No.: U1857618 Contract No.: C -2936 Project: Balboa Boulevard Reconstruction - 12th to 14th Street on April 22, 1996, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on May 7, 1996, Reference No. 19960229456. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk B N�y C. ace w; MC Acting City C1 ;p' LH:lm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTE03Y AND WHEN RECORDED RETURN TO: City Clerk City ofwpNewport Beach lev Newport Beach, CA e92663 Recorded in thetunty of Orange, California Gary L. Granville, Clerk /Recorder ! IIIIIIINIIII! IIIiNIIIIIIIINIIIIIIIINNIIIIIIIIN !IIIIIIIN! No Fee 19960229456 04; 30PM 05/07/96 005 14004359 14 23 N12 1 7.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport . Boulevard, Newport Beach, California, 92663, as Owner, and Gillespie Construction as Contractor, entered into a Contract on May 8, 1995 2" N`r Said Contract set forth certain improvements, as follows: Balboa Boulevard Reconstruction - 12th to 14th Street (C -2936) Work on said Contract was completed on December 11, 1995 and was found to be acceptable on April 22, 1996 by the City Council. Title to said property is vested in the owner, and the Surety for said Contract is United Pacific City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on l ti.� 30 19969 , at Newport Beach, California. BYO( q U&V&L� 1r), 1, `lV a&1.1 City Clerk r� t� • i TO: Mayor and Members of the City Council FROM: Public Works Department April 22, 1996 CITY COUNCIL AGENDA SUBJECT: COMPLETION AND ACCEPTANCE OF THE BALBOA BOULEVARD RECONSTRUCTION, 12TH STREET TO 14TH STREET CONTRACT NO. 2936 RECOMMENDATIONS: 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 the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the complete reconstruction, landscaping and drainage improvements to Balboa Boulevard between 12th Street and 14th Street has been completed to the satisfaction of the Public Works Department. The project also included a new street end improvement with a gate storm drain outlet structure to the Bay at the 13th Street street -end. The contractor was Gillespie Construction, Inc., of Costa Mesa, California. The bid price was $826,016.50 The amount of unit items constructed 816,086.90 Amount of change order 69,430.87 Total contract cost $885,517.77 Ten (10) change orders were issued to complete the project. Change orders in excess of $2,000 are as follows: 1. A change order in the amount of $39,365.16 provided for the dewatering and the reconstruction of a 262 - foot -long, 18 -inch storm drain in 15th Street between Balboa Boulevard and the Bay. This work was added to the contract due to a favorable as -bid price for the original contract and was approved by Council for award on May 8, 1995. • 2. A change order in the amount of $4,672.99 provided for the modification of a storm drain and manholes to avoid existing utilities in 13th Street. SUBJECT: COMPLETIAND ACCEPTANCE OF THE BALBOA BSEVARD RECONSTRUCTION, 12TH STREET TO 14TH STREET, CONTRACT NO. 2936 April 22, 1996 Page 2 0 3. A change order in the amount of $6,353.94 provided for the modification to an existing sewer line in Balboa Boulevard which was in conflict with the new storm drain. 4. A change order in the amount of $2,188.79 provided for the installation of a 2 -inch water service to irrigate the median landscape. 5. A change order in the amount of $2,213.16 provided for the installation of a 45 degree dip in the new water main to avoid a bank of telephone ducts. 6. A change order in the amount of $5,265.40 provided for removal and reconstruction of a floating piece of concrete adjacent to 1509 Balboa. This work mitigated noise and vibrations generated by trucks and busses and had been an irritant to the residents for many years. 7. A change order in the amount of $5,401.58 provided for installation of a dual electrical service for flashing school lights and the irrigation controller. Funds for the project were budgeted in the following funds: Description Account Number General Fund (Drainage) 7012- C5100141 OCCTFP Fund (Measure M) 7281- C5100201 Water Enterprise Fund (Riverside Ave.) 7501- C5500221 Water Enterprise Fund ( Hydrant Rep.) 7502- C5500078 TOTAL Amount $385,271.50 $488,006.27 $7,590.00 $4.650.00 $885,517.77 The scheduled completion date was October 25, 1995. Due to extra work, the project was not completed until December 11, 1995. Failure by the contractor to provide the necessary paper work to finalize change orders resulted in the significant time gap between the completion date and date of acceptance. Respectfullysubmitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: Horst Hlawaty Construction Engineer • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3005 TO: PURCHASING /FINANCE DEPARTMENT FROM: CITY CLERK DATE: June 15, 1995 SUBJECT: Contract No. C -2936 Description of Contract Balboa Boulevard Reconstruction - 12th to 14th Street Effective date of Contract May 8, 1995 Authorized by Minute Action, approved on May 8, 1995 Contract with Gillespie Construction, Inc. Address 245 Fischer Ave., B -3 Costa Mesa, CA 92626 Amount of Contract $826,016.50 Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach (V BY THE CITY CO May 8, 1995 CITY OF NEWPORT BE;�,Cti MAY R 1995 CITY COUNCIL AGENDA I 7; ITEM NO. 18 • TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: BALBOA BOULEVARD RECONSTRUCTION, 12TH STREET TO 14TH STREET (C -2936) RECOMMENDATIONS: 1. Waive the irregularities in the bid proposal of Gillespie Construction Inc., as obvious clerical errors, and accept their bid. 2. Award Contract No. 2936 to Gillespie Construction, Inc, for the total bid price of $826,016.50 and authorize the Mayor and the City Clerk to execute the contract. • DISCUSSION: At 11:00 a.m. on April 26, 1995, the City Clerk opened and read the following bids for this project: Bidder Total Bid Price Low Gillespie Construction Inc., Santa Ana $826,016.50 2 Clayton Engineering Inc., Newport Beach $842,232.50 3 Zagros Inc., Santa Ana $858,150.00 4 Griffith Co., Santa Ana $953,272.00 Gillespie's proposal contains two irregularities which staff has reviewed with the City Attorney's office and recommends that they be waived as obvious clerical errors. Bid Item No. 7 for $40,000 was filled -in with the same words and figures as Bid Item No. 8, those words and figures were crossed -out and replaced with $40,000 in figures and nothing written in words. The corrections were initialed by the Contractor and the lack of the price written in words is an obvious clerical oversight. Bid Item No. 56, for landscape irrigation, has a discrepancy between the price written in words and •the price written in figures. The price written in words is $167 and the price in figures is $16700. The $16,700 figures was used in the total price submitted. Gillespie requests that the $16,700 amount be accepted and that $167 amount written in words was a clerical error. The Engineer's Estimate for the item was $14,000 and the 3 other bids received were $17,000, $30,000 and $28,000. Public Works staff and the City Attorney office agree that this is an obvious clerical error. The low bid price is 8.2% below the Engineer's Estimate of $900,000. The low bidder, Gillespie Construction, Inc., is a well - qualified general engineering contractor that has successfully performed similar work for the City. SUBJECT: BALBOA BVLEVARD RECONSTRUCTION, 10H STREET TO 14TH STREET (C -2936) May 8, 1995 Page 2 The project provides for complete street reconstruction, landscaping and drainage improvements to Balboa Boulevard between 12th Street and 14th Street. The project will correct drainage problems along Balboa Boulevard, particularly in the area of Newport Elementary School. The existing drainage system does not provide positive drainage to the Bay and large puddles, which block the intersections and entrance to the school, remain for a long time after rain stops. The project will provide for the removal of all existing sidewalk, street pavement and median island improvements, and will construct new storm drain, sidewalk, street pavement, median pavement, median landscaping and new street end improvements with a gated storm drain outlet structure to the Bay at the 13th Street street end. The project also includes minor maintenance work, requested by the Orange County Sanitation District (OCSD), to seal joints in their 18" sewer line in Balboa Boulevard between 12th Street and 14th Street. The work is accomplished with the sewer line in- service and requires night work when sewer flows are at a minimum. The work is performed through manhole access in the pipe and does not require additional excavation. The project specifications provide for this work to be performed between 6:30 p.m. and 7:00 a.m. with all sewer work to be completed within 15 work nights. The project low bidders price for this work is $29,645.00, and OCSD will issue a Purchase Order to the City providing for the cost of this item of work. The project provides for a landscaping plan which has been reviewed with representatives of the Peninsula and Central Newport and approved by the Parks, Beaches and Recreation Commission. The improvements will include canopy trees, palm trees, shrubbery, irrigation and decorative median paving. City staff met with Newport Elementary School principal Dr. Bill Knight and representatives of the PTA. Their concerns were for loss of parking during construction, class disruption due to construction noise and the disruption of access for students arriving and departing school. In order to avoid conflicts with school operations, the project specifications provide for the work in Balboa Boulevard between 13th Street and 14th Street adjacent to the school to be accomplished while school is closed for the summer from June 22 to August 15. Access ramps and a wider sidewalk adjacent to the school at 14th Street are also provided for with this project. City staff met with business representatives from the Peninsula to discuss the project. Their concern was directed at restricted access associated with lane closures on Balboa Boulevard especially during the summer months. This project will not restrict access through the signal at the 15th Street intersection and the specifications require that one lane in each direction be maintained at all times on Balboa Boulevard, through the construction zones. The specifications also require that Balboa Boulevard be open to two lanes of traffic in each direction on weekends, holidays and whenever possible at the end of each working day. The business representatives remained concerned about access during construction but were Pi • • • • 0 0 SUBJECT: BALBOA BOULEVARD RECONSTRUCTION, 12TH STREET TO 14TH STREET (C -2936) May 8, 1995 Page 3 pleased that the specifications would prohibit work on the weekends and holidays and open two lanes of traffic in each direction on the weekends and at the end of each working day when possible. California Coastal Commission staff reviewed the project and issued a waiver of Coastal Development Requirements /De Minis Development- Section 30624.7 of the Coastal Act. The Environmental Affairs Committee has determined that the project is categorically exempt from the provisions of CEQA and a class 3 Notice of Exemption for the project has been filed with the County Clerk. Funds for the project have been provided for in the current budget and staff recommends encumbrances for award of the contract as follows: Description Balboa Boulevard, 12th to 16th Street Orange County Sanitation District Account No. Amount 7012P301141A $400,000 7281P301201K 500,000 7251P301141A 30.000 $930,000 Note: The total amount above includes an allowance of approximately 12.5% for contingencies anticipated with the extensive amount of underground work on this project, construction engineering, inspection and some additional storm drain replacement of deteriorated pipe in 15th Street that was planned if the low bid amount was within the allocated appropriations. The contract requires that all work on the project be completed within 90 works days of the Notice to Proceed with the work. The date for completion of the work is estimated to be September 28, 1995 and the actual date will be determined when approval of the contract documents is completed and the Notice to Proceed with work is given to the contractor. Failure to complete the work within the contract time will result in the assessment of $350 per calendar day liquidated damages against the contractor. Plans, specifications and estimates for the project were prepared by Williamson and Schmid Consulting Civil Engineers. QJ!� Don Webb Public Works Director Attachments *^ ry it jr � ' - ' `'°11 1 "s z� a I AA f. tj lAvaL H vJ O Wov 41) Q� • • L_J � s a 5 kv Al S V 61j � �M p S T� 'V S F P 1. 0 �U F M, O v ��lff 1: iii �O O v� v v Q � 3 v o V M [ I i 2936 Contract No. $900,000 Engineer's Estimate r I Approved by the City this 27th day of Mardi, 1995 zzt�,,44& C�Fl, Wanda E. Raggio Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92659-1768. For further information, call John Wolter at (71�) 6".3311 Project lda�,Ser r '.l 1 I 1 I' i i rj 1 1� r 1 i i, WE 0 0 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BALBOA BOULEVARD RECONSTRUCTION 12TH TO 14TH STREET CONTRACT NO. 2936 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete Contract No. 2936 in accordance with the Plans and Specifications, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. LUMP SUM Mobilization Thirty thousand Seven hundred ten Dollars No Cents $ 30,710.00 2. 33,500 SF Remove PCC Pavement No Dollars Fifty Cents $ 50 $ 16,750.00 3. 47,000 SF Remove AC Pavement No Dollars Forty Cents $ 40 $ 18,800.00 • • PR 1.2 4. 10,100 SF Remove PCC Sidewalk No Thirty 5. 3,500 LF Remove PCC Curb Two Dollars and Cents $ .30 $ 3,030.00 Dollars and Cen s $ 2.00 $ 7,000.00 6. LUMP SUM Remove and salvage street sign One Thousand Three Hundred Dollars and No Cents $ 1,300.00 7. LUMP SUM Unclassified excavation Forty Thousand Dollars and No Cents $ 40,000.00 8. 8 EA Remove catch basin Four Hundred Five Dollars and No Cents $405.00 $3,240.00 9. 390 LF Remove storm drain pipe Three 10. 1 EA iit off-f- iI>IIy Dollars Twenty Cents $ 3.20 $ 1,248.00 Remove outlet structure Five Hundred Thirty Dollars and No Cents $130.01 $ 530.00 Abandon pipe, fill with slurry Three Dollars and Twenty Cents $1-20 t,2,720.00 • • PR 1.3 12. 3 EA Adjust manhole to grade Four hundred five Dollars and No Cents $ 405.00 $-1,215,00 13. 6 EA Adjust valve box to grade Two hundred seventy Dollars and No Cents $ 270.00 $ 1620.00 14. LUMP SUM Provide traffic control and delineation Twelve thousand Eight hundred sixty Dollars and no Cents $12,860.00 $ 12.86n_0n 15. 1,000 TONS Construct asphaltic concrete base course (4 1/2 ") Thirty five Dollars and $ 35.10 $ 35,tno n0 Ten Cents 16. 450 TONS Construct asphaltic concrete surface course (2') Thirty five Dollars and Ten Cents $ 35.10 $ 15,795.00 17. 1,520 TONS Construct aggregate base course Nineteen Dollars and Forty Cents $ 19.40 $ 29,488.00 18. 38,500 SF Construct PCC paving surface course Two Dollars and Sixty Cents $ 2.60 s-1002-100.00 19. 3,500 LF Construct PCC curb and gutter per detail on sheet 2 Ten Dollars and $ 10.70 $ 37,450.00 Seventy Cents 20. 650 SF Construct PCC cross gutter per detail on sheet 2 Four Dollars and No Cents 21. 10 EA Construct 4" PCC access ramp Two hundred thirty five Dollars and No Cents 22. 400 SF Construct PCC driveway Type II • PR 1.4 $_!. 00 $ 2600.00 $_235,00 $ 2350.00 Two Dollars Seventy and Cents $ 2.70 $ 1,080.00 23. 9,000 SF Construct 4" PCC sidewalk One Dollars and Ninety Cents $ 1,'30 $ 17,100,00 24. 14 LF Construct PCC curb at manhole per detail on sheet 2 Thirteen Dollars and Twenty five Cents $ 13,25 $ 185,50 25. 1 EA Construct parkway culvert Type C One thousand six hundred Dollars and No Cents $ 1600.00 $ 1600.00 26. 5,200 SF Construct variable thickness overlay 0.10 min. No Dollars and $ .55 $ 2860.00 Fifty five Cents 27. 600 SY Construct pavement reinforcing fabric Three Dollars and No Cents $ 3.00 $ 1800.00 • • PR 1.5 28. 17 FA Install parking meter post per CNB Standard 920-L Twn hundrarl twenty five Dollars $225.00 $ 3825.00 No Cents 29. 6 FA Install 3" PVC (Schedule 40) sign post sleeve Sixty four Dollars and No Cents $64.00 $ 384.00 30. LUMP SUM Install thermoplastic traffic striping and pavement markings Two thousand nine hundred Dollars and No Cents $ 2400.00 31. LUMP SUM Paint parking stall pavement markings Seven hundred twenty Dollars and No Cents $ 720.00 32. LUMP SUM Install raised pavement markers Three hundred twenty five Dollars and No Cents $ 325.00 $ 325.00 33. 19 FA Construct modified catch basin per details 1 /SD-4 and 1A/SD -4 Two thousand Two hundred fifty five Dollars and No Cents $ 2255.00 $ 42845.00 34. 20 LF Construct 12" RCP (2000D) with rubber gasket joints Thirty eight Dollars and No Cents $ 38.00 $ 760.00 35. 785 LF Construct 18" RCP (1500D) with rubber gasket joints including backfill and encasement Sixty four Dollars and fifty Cents 36. 1,455 LF Construct 18" RCP (2000D) with rubber gasket joints including backfill and encasement Sixty seven Dollars and fifty Cents 37. 120 LF Construct 18" RCP (2250D) with mortar joints with concrete slurry bedding and backfill PR 1.6 $64.50 $ 50,632.50 $ 67.50 $_28,212.50 Sixty five Dollars and Thirty Cen s $ 65.30 $ 7,836.00 38. 1 EA Construct grate catch basin per APWA Std. 304 Two thousand IT Dollars and Cen s $ 2000,00 $ 2000.00 39. 2 EA Construct junction structure per CNB Std. 307 -L One thousand eight hundred Dollars No Cents $ 1800.00 $ 3600.00 40. 6 EA Construct median catch basin with North and South inlets per details 21SDA and 3 /SD-4 Three thousand five hundredDollars No and Cents $ 3500.00 $ 21,000.00 0 41. 1 EA Construct median catch basin with North inlet only per CNB Std. 305-L Two thousand Dollars No and Cents 42. 2 EA Construct catch basin per CNB Std. 300 -L -A and details 4 /SD-4 and 5 /SD-4 Two thousand Dollars No and Cents 43. 2 EA Construct junction structure CNB 307 -L Two thousand Dollars No and Cents 44. 20 LF Construct 12" PVC storm drain Fifty four Dollars No and Cents 45. 1 EA Remove & salvage existing fire hydrant. Install new fire hydrant assembly per CNB Std.500 -L. Four thousand six hundred fbfolig rs and No Cents 46. 1 EA Construct valve vault at 13th Street end complete with manhole frame and cover, etc. installed; supply sluice gate Six thousand Sxh:ndrgd °fift" Dollars and No Cents 47. LUMP SUM Dewatering at 13th Street valve vault and 15th Street end catch basin Nineteen thousand nine hundDWars N and No Cents PR 1.7 $ 2000.00 $ 4000.00 $ 2000.00 $ 4000.00 I1 V•I_I $ 4,650.00 $ 4,650.00 $ 6650.00 $ 6650.00 $ 19,900.00 0 48. LUMP SUM Remove or abandon existing 10" corrugated pipe in 13th Street Five hundred fifteen Dollars and No Cents 49, 85 LF Construct 18" corrugated aluminum pipe Seventy nine Dollars No and Cents 50. 2 EA Construct curb inlet Type OL -A per PNB $05-L wo Two hundred fifty five Dollars and no Cents 51. 1 EA Construct headwall at 13th Street outlet per detail Two thousand eight hundred Dollars and No Cents 52. 2,400 SF Construct stamped concrete per landscape plan Five Dollars and Twenty Cents 53. 12 EA Construct tree well grates per landscape plan No 0 PR 1.8 $ 515.00 $ 79.00 $ 6715.00 $2255.00 $ 4510.00 $2840.00 $ 2840.00 $ 5.20 $ 12480.00 Dollars and Cents $ 3gn nn $ ar;un nn 54. 8 EA Relocate existing palm tree per landscape plan One thousand nine hundred Dollars and No Cents 0 • April 13, 1995 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Balboa Boulevard Reconstruction - 12th to 14th Street CONTRACT NO. 2936 Bidders shall propose to complete Contract No. 2936 in accordance with the Proposal as modified by this Addendum: 1. PROPOSAL (Sheet PR 1.9 & Sheet PR 1.10) a. Replace Sheet PR 1.9 with revised Sheet PR 1.9 which includes items #55 through #60. b. Add or replace with revised Sheet PR 1.10 which includes items #61 through #63, total bid price, bidder information and authorized signature. Bid Item #63 has been revised to include disposal of 8" ACP water pipe removed. 2. SPECIAL PROVISIONS (Sheet SP5 of 101) Remove Sheet SP5 of 101 and replace with revised Sheet SP5 of 101. Please sign and date this addendum and attach it to your Bid Proposal. No bid will be considered unless this ADDENDUM is attached. . ohn Wolter Project Manager Gillespie Construction, Inc. Bidder S /Terry Gillespie, President Authorized Signature April 25, 1995 Date PR 1.9 (Revised) 55. LUMP SUM Install plant material per landscape plan Nineteen Thousand Two Hundred Dollars and No Cents $19,200.00 56. LUMP SUM Install irrigation system per landscape plan One Hundred Sixty -Seven Dollars and No Cents $ 167.00 57. LUMP SUM Trench shoring Six Thousand Seven Hundred Dollars and No Cents $ 6,700.00 58. LUMP SUM NPDES Compliance One Thousand Dollars and No Cents $ 1,000.00 59. LUMP SUM Construct all electrical conduit (Sch 40), pull boxes and all wiring as shown on sheets 4A &5A of the plans. Fifteen Thousand Six Hundred Forty Dollars and No Cents 60. 1 EA Remove existing street light, fixture & ballast. Install new street light (8 foot double arm 68D) on existing foundation. Salvage fixture and ballast. Dispose of pole. Three Thousand Seven Hundred Forty Dollars and No Cents 1 11 1 11 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Balboa Boulevard Reconstruction -12th to 14th Street CONTRACT NO. 2936 Bidders shall propose to complete Contract No. 2936 in accordance with the Proposal as modified by Addendum No.1 and this Addendum No. 2. 1. PROPOSAL (Sheet PR 1.10 - 2nd Revision) Replace Sheet PR 1.10 (Revised) with revised Sheet PR 1.10 (2nd Revision) which now includes Bid Item No. 64. Bid Item No. 64 has been added to perform sewer line and sewer manhole clearing and sealing on the Orange County Sanitation District 18" sewer line in Balboa Boulevard between 12th and 14th Street, complete in place per Section XXIII of the Special Provisions. Please sign and date this addendum and attach it to your Bid Proposal. No bid will be considered unless this ADDENDUM is attached. John Wolter Project Manager Gillespie Construction. Inc. Bidder S /Terry Gillespie, President Authorized Signature April 25, 1995 Date 0 61. 4 EA Construct sewer cleanout cover per applicable portions of CNB Std. 511 -L Triangular cover with "S" on top. Three Hundred Twenty Dollars and No Cents 62. LUMP SUM Provide construction survey & staking Seven Thousand Twenty Dollars and No Cents 63. 300 LF Remove and dispose of existing 8" ACP waterline; replace with 8" PVC waterline at depth to clear proposed stone drain (1' min.); construct blow -off at low point per CNB Std. 525-L, resurface per CNB Std. 105-L PR 1.10 (2ND REVISION) $ 320.00 $ 1,280.00 $ 7,020.00 Forty -One Dollars and Nn Cents $41.00 $ 12.300.00 64 LUMP SUM Perform sewer line and sewer manhole clearing & sealing on the Orange County Sanitation District 18" sewer line in Balboa Blvd. between 12th and 14th Street, complete in place per Section XXIII of the.S a 'al Provisions. Twenty- Nin�+ousand5 Six Hundred Forty -Five Dollars and $ 29,645.00 No Cents Eight Hundred Twenty -Six Thousand Sixteen Dollms and $ 826,016.50 Fifty Cents TOTAL BID PRICE TOTAL BID PRICE (WORDS) (FIGURES) April 26, 1995 / Gillespie Construction Inc. Date Bidder (714) 957 -0233 Terry Gillespie, President Bidder's Telephone Number Bidde>'s Authorized Signature and Title 447025, Class "A" Mfr 245 Fischer Ave B -3, Costa Mesa, CA 92626 Bidder's License Number do Biddes's Address Class on 0 INSTRUCTIONS TO BIDDERS 0 Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) except that cash, certified check or cashier's check (sum not less than 100 of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 5/91 Page 2A In accordance with the California Labor Code (Sections 1770 et seq.) , the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic 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 1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear authorized to sign on behalf of signatures shall be of a cc authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the =porate officer or an individual For partnerships, the signatures For sole ownership, the signature 447025 - A Contractor's License No. & Classification Gillespie Construction, Inc. 4 -12- 95- Date srei S /Floyd Bennett, Secretary /Treasurer Authorized Signature Title Floyd Bennett, Secretary /Treasurer 0 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1. MCA A.C. Ayala & Sons 2• Electrical F.J. Johnson 3. Landscape Buena Vista 4. Concrete Bob Wetzel 5. 6. 7. 8. 9. 10. 11. 12. Cl lhapi Construction, Inc. Bidder 5/91 S /Floyd Bennett, Secretary /Treasurer Authorized Signature Title Floyd Bennett Secretary /Treasurer r� BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, E Page 4 That we, Gillespie Construction. Inc. as bidder, and United Pacific Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of ten Rercent of amount of bid Dollars ($ 10% of amt bid—), 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 Balboa Blvd. Reconstruction 12th to 14th Strppt (Title of Project and Contract No.) 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) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it 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 obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 13th day of April , 1995. Coistnirtion. Tnc Bidder Lois Horn Notary Public Commission Expires: 5/91 S /Floyd Bennett, Secretary /Treasurer Authorized Signature /Title Floyd Bennett Secretary /Treasurer SURETY By: Michael D. Stong (Attach Acknowledgment of Attorney -In -Fact) Michael D. Stong RECEIVED APR 14 1995 G111ESPIE Pa 9eFRl1CTION.INC A BIDDER'S BOND , KNOW ALL MEN BY THESE PRESENTS, That we, CILLESPIE CONSTRUCTION INC. as bidder, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF AMOUNT OF BID Dollars ($10% OF AMT BID ),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 BALBOA BLVD. RECONSTRUCTION 12th TO 14th STREET (Title of Project and Contract No.) 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) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it 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 obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 13th day of APRIL 19 95 CILLESPIE CONSTRUCTION, INC. Bidder Notary Public 9l9 9� Commission Expires: r4 xx �i4 5/91 AuthorIfed Signature Title se���, �r6� S M N U ' TED nC F C SURANCE COMPANY Attorney -n -Fact) 1AEL D. STONG STATE OF CALIFORNIA SS. COUNTYOF RIVERSIDE On APRIL 13, 1995 , before me, ROSEMARY STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature' , 1�F�0 VYVVQ11f�6Q�V�(�lYl� i OPTIONAL ROSENARY STANDLEY- C(:rre(.s:y( 0967459 = Nosy Pu:Fe • Ccd'n�i 3p 2 ` 3 NVERS -ce COUNTY Q MP Cora1.son E'pm JUNE 7, ON This arm for Official Notarial Seat Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER rm.E(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EWr Y(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID-WI I M`6/94 ALL - PURPOSE ACKNOWLEDGEMENT UNIOD PACIFIC INSURANCE C&PANY HEAD OFFICE. PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the Stale of Pennsylvania, does hereby make, constitute and appoint Michael D. Stong, individually, of Riverside. California, its true and lawful Attorney(s)-in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of suretyship and to bind the UNITED PACIFIC INSURANCE 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 UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Atiorneyls)-in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKING 1. The Board of Directors, the President. the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys) -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Atiorney(s)-in -Fact at any time and revoke the power and authority given to them. 2. Atiorney(s) -in -fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneyls) -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: 'Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating 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 UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed, this 30 day of September, 1993 ._ UNITED PACIFIC INSURANCE COMPANY 4" 4 !` `p ° SEAL � ��8 t V;ce President STATE OF Washington ",�, COUNTY OF King ss, �nYl+`- On this 30 day of September, 1993 personally appeared Lawrence W. Cerlstrom to me known to be the Vice President of the UNITED PACIFIC INS ANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporatio r 001, r)d�Z� rticle VII, Section 1, 2, and 3 of the By-Laws of said Company and the Resolution, set forth therein, are still in full ka :% •^�� ^r t;'•.,� �U'_` '` :'.''•���Z_ 1 � � »712 `,9J, g- ?(; -�7 �1•' otary Public in and for State of Washington r , esiding at Sumner 1, Robyn Layng. Assistant Secretary of the UNITED PACIFIC IN E' Y, to hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED RANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 13th day of APRIL 19 95 \Ek0 \HSUR,�NC 4e440PPOq��F PCs O W Sz. AT t Assistant Secretary 6ill -1411 Ed. 319] CALIFORNIA ALL- PURPOOACKNOWLEDGMENT • No 5907 Stateof Cg�I tOrni� County of nVrcL n rr P . On _L�Q Y % I a 4 1 1`LSS before me, `--'o S �r o.cv� _ , o�e.+.A DATE NAME. TITLE OF OFFICER � E.G.. LANE DOE. NOTARY P LIC- personally appeared F )off d "nc-ii NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized LOIS HORN capacity(ies), and that by his /her /their O COMM. 8969238 `2 4 Ntuary PuDlie- California o signature(s) on the instrument the person(s), 3 ORANGE COUNTY or the entity upon behalf of which the ' My Corn- Exp. July 9.1996 person(s) acted, executed the instrument. WITNESS my hand and official seal. te-� 4 .- SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL 21CORPORATE OFFICER Sec-vftat.A.A4 TITLES) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY9 ) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES `F— 1-_'s— q, S DATE OF DOCUMENT �\ SeL Ak)V - �'� \� LTZO V\�(H'CUwOWk�wdN� SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 11236 Remmet Ave., P.O. Box 7184 • Canoga Palk. CA 91309 -7184 0 NON - COLLUSION AFFIDAVIT State of California ) ss. County of Orange ) L Page 5 Floyd Bennett , being first duly sworn, deposes and says that he or she is Secretary /Treasurer of Gillespie Construction„ Inc. the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. Gillespie Construction, Inc S /Floyd Bennett, Secretary /Treasurer Bidder Authorized Signature /Title Floyd Bennett, Secretary /Treasurer Subscribed and sworn to before me this 12th day of April 19,5 [SEAL] Margaret Mary Ford Notary Public My Commission Expires: 11 -22 -96 5/91 NON - COLLUSION AFFIDAVIT State of California R *;M V P/�/7f'/ / County of • Page 5 being first duly s orn, depose an says th he or she is d/Fi'of the party making the foregoing id; that- the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. Bidder/ A� cmfl e� Signature /Ti�L Subscribed and sworn to before me this 121A day of U/f Notar ub is My ission Expires: �iaa -9to 5/91 [SEAL] i • Page 6 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 For Whom Person Telephone Completed Performed (Detail) To Contact Number Please see attached job list Gillespie Construction Inc Bidder 5/91 S /Floyd Bennett, Secretary /Treasurer Authorized Signature Title Floyd Bennett Secretary /Treasurer E GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF JANUARY 31, 1995 CONTRACT CUSTOMER NAME & ADDRESS JOB LOCATION AMOUNT --------------------------------------- -------- --- ---- -- -------- --- - -- CITY OF NEWPORT _BEACH 3300 Newport Blvd. C -101 Old Newport Blvd. $ 90,000 Newport Beach, CA 92663 C -128 Oasis Park & 5th St. $ 14,400 (714) 640 -2281 Improvement $ 242,000 STATE OF CALIFORNIA MISC. C -131 1983 -84 Storm Drain $ 149,800 C -156 Improvement $ 218,000 C -194 Ticket Booth Const. $ 58,000 441,000 C -311 Hospital Road $ 275,157 $ Widening C -409 Residential Lots C -306 Backbay Trail $1,063,334 LOS ALISOS WATER DISTRICT C -110 C -418 Misc Storm Drain Const. $ 382,319 P.O. Box 699 C -428 Hazel Drive $ 494,365 C -425 Channel Drive $ 51,365 STATE OF CALIFORNIA DEPT. OF PARKS AND RECREATION 2422 Arden Way, Ste. A -1 C -108 E1 Pescador State Park $ 63,000 Sacramento, CA C -112 Topanga State Park $ 14,400 (916) 920 -6819 Anaheim, CA Storm STATE OF CALIFORNIA MISC. C -429 Pavement /Drainage $ 149,800 1111 Howe Ave., Ste. 650 Sacramento, CA 95825 -8541 CITY OF ANAHEIM C -108 Lakeview /LaPalma Storm 200 S. Anaheim Blvd. C -109 Walnut Creek Sewer and Anaheim, CA Storm Drain $ 52,000 (714) 999 -5126 C -156 Patrick Henry Storm Drain $ 441,000 C -376 Vintage Lane Soundwall $ 120,458 C -409 Residential Lots $ 12,233 LOS ALISOS WATER DISTRICT C -110 Grading & Site P.O. Box 699 Improvements $ 95,000 E1 Toro, CA 92630 COUNTY OF LOS ANGELES, ROAD DEPARTMENT 1540 Alcazar Street C -111 Rambla Pacifico $ 36,555 Los Angeles, CA 90033 (213) 226 -8111 1 of 9 pages CITY OF LONG BEACH 333 W. Ocean Blvd. C -135 Landscape Modification $ 148,000 Long Beach, CA 90802 C -136 Gabion Slope Repair $ 168,000 (213) 590 -6383 KNOTT'S BERRY FARM 8039 Beach Blvd. C -119 Various Grading & Buena Park, CA 90620 Improvements $ 734,000 (714) 738 -6845 C -121 Various Grading & Improvements C -129 Various Grading & Improvements C -144 Storm Drain Improv. C -161 Parking Improvements C -185 Dolphin Park Improv. C -315 Landscape Maint. $ 45,591 Grading C -389 Grand Ave. Parking Lot $ 373,490 C -407 Spirit Lodge $ 293,855 C -426 Steak House $ 62,986 C -431 Fiber Optics Phase IIA $ 565,061 C -442 Farmwide Communications $ 171,361 CITY OF FULLERTON 303 W. Commonwealth C -122 Emery Park Phase III $ 64,000 Fullerton, CA 92632 C -123 Malvern -Brea Creek (714) 738 -6845 Tie -In $ 120,000 C -198 Drainage Improvements $ 97 000 C -304 Harbor Bastanchury $ 210,870 Road Widening C -308 Lions Park $ 94,048 Storm Drain C -309 Brea Blvd. Widening $ 68,657 C -319 Berkeley /Harbor Storm $ 106,694 Drain 2 of 9 pages GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF JANUARY 31, 1995 CONTRACT CUSTOMER NAME & ADDRESS ------------------------------------------------------------------------ JOB LOCATION AMOUNT CITY OF SAN JUAN CAPISTRANO 32400 Paseo Delanto C -115 Sunhollow Improvements $ 184,000 San Juan Capistrano, CA C -120 Alipaz & Del Obispo St. 92675 (714) 493 -1171 Improvements $ 93,000 C -302 Del Obispo St. Widening $ 209,000 C -328 Drainage Improvements $ 64,000 C -332 Del Obispo Storm Drain $ 234,000 CITY OF LONG BEACH 333 W. Ocean Blvd. C -135 Landscape Modification $ 148,000 Long Beach, CA 90802 C -136 Gabion Slope Repair $ 168,000 (213) 590 -6383 KNOTT'S BERRY FARM 8039 Beach Blvd. C -119 Various Grading & Buena Park, CA 90620 Improvements $ 734,000 (714) 738 -6845 C -121 Various Grading & Improvements C -129 Various Grading & Improvements C -144 Storm Drain Improv. C -161 Parking Improvements C -185 Dolphin Park Improv. C -315 Landscape Maint. $ 45,591 Grading C -389 Grand Ave. Parking Lot $ 373,490 C -407 Spirit Lodge $ 293,855 C -426 Steak House $ 62,986 C -431 Fiber Optics Phase IIA $ 565,061 C -442 Farmwide Communications $ 171,361 CITY OF FULLERTON 303 W. Commonwealth C -122 Emery Park Phase III $ 64,000 Fullerton, CA 92632 C -123 Malvern -Brea Creek (714) 738 -6845 Tie -In $ 120,000 C -198 Drainage Improvements $ 97 000 C -304 Harbor Bastanchury $ 210,870 Road Widening C -308 Lions Park $ 94,048 Storm Drain C -309 Brea Blvd. Widening $ 68,657 C -319 Berkeley /Harbor Storm $ 106,694 Drain 2 of 9 pages • GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF JANUARY 31, 1995 CONTRACT CUSTOMER NAME & ADDRESS JOB LOCATION AMOUNT ---------------------------------------------- ---- -- -- ----- -- ----- ----------- CITY OF INDUSTRY 15651 E. Stafford Street C -403 C -321 Bike Trail City of Industry, CA 91744 $ 55,536 C -322 Highland Ave. Widening $ 118,865 DANA STRAND BEACH CLUB 800,198 Lot & Roadways 34001 Dana Strand Road C -133 Rock Slope Protection $ 260,000 Dana Point, CA 92632 $ 120,000 Newport Beach, CA 92660 C -141 Entryway Improvements (714) 496 -5735 (714) 720 -2000 C -145 Grading & Improvements $ 600,000 CITY OF BREA Site Improvements $ 480,000 C -149 nl Civic Center Circle C -146 Laurel Ave. Street $ 143,693 Brea, CA 92621 Improvements $ $ 146,000 (714) 990 -7600 C -152 Lambert Rd. Street Widening Improvements C -178 $ 15,000 135,000 C -172 Firestation $ 3 $ 330,000 C -182 R.C. Box Structure C -176 Sewer Relocation $ 44,640 CITY OF INDUSTRY 15651 E. Stafford Street C -403 Commuter Rail Station $1,154,971 City of Industry, CA 91744 Parking Lot Improvements (Grading & Storm Drain Imp.) C -416 Industry Hills Parking $ 800,198 Lot & Roadways THE IRVINE COMPANY 550 Newport Center Dr. C -139 Big Canyon Grading $ 120,000 Newport Beach, CA 92660 C -141 Entryway Improvements $ 165,000 (714) 720 -2000 C -145 Grading & Improvements $ 600,000 C -147 Site Improvements $ 480,000 C -149 Back Bay Erosion Control$ 120,000 C -157 Flagstone Park $ 143,693 C -158 Big Canyon Landscape $ 700,000 C -310 Mac Arthur Blvd. $ 552,411 Widening C -178 Center Dr. Realignment $ 135,000 C -179 Monroe Street Improv. $ 91,000 C -182 R.C. Box Structure $ 56,242 C -187 Jamboree Road Widening $ 458,479 C -189 Big Canyon Slope Repair $ 66,000 C -190 Post Office Parking Lot $ 158,214 C -317 Sewer Cleanout $ 4,300 C -163 Back Bay Sewer $ 45,000 C -174 Los Trancos Parking Lot $ 140,000 C -333 Peters Canyon Grading $ 382,000 3 of 9 pages n U GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF JANUARY 31, 1995 CONTRACT CUSTOMER NAME & ADDRESS JOB LOCATION AMOUNT `--------------------------------------------- ------- ----- ----- -------- - - - - -- C -338 Jamboree Rd. Widening $ 566,000 CITY OF LAGUNA BEACH 505 Forest Avenue C -360 Pelican Hill Syphon $ 414,000 Laguna Beach, CA 92651 C -361 Pelican Hill Road $ 35,000 C -370 C -378 Rock Shelter $ 27,729 Improvements C -392 Newport Coast $ 28,808 Storm Damage C -397 Pelican Hills Golf $ 126,687 Animal Shelter $ Course UNION OIL & GAS DIVISION COUNTY OF ORANGE Western Region C -177 400 Civic Center Drive C -148 Stonehill $ 316,120 Santa Ana, CA 92651 C -160 EMA Palm Ave. Street Santa Fe Springs, CA 90670 (714) 834 -3473 and Storm Drain $ 268,864 C -197 Stonehill Drainage 77 Fair Drive C -196 Improvements $ 29,000 Costa Mesa, CA 92626 C -435 Delhi Channel $ 561,464 CITY OF LAGUNA BEACH 505 Forest Avenue C -155 Heisler Park Slope $ 230,000 Laguna Beach, CA 92651 Reconstruction (714) 497 -3311 C -370 Wastewater Pump Station $ 239,418 Improvements C -405 Storm Damage $ 40,076 C -415 Animal Shelter $ 18,673 UNION OIL & GAS DIVISION Western Region C -177 Kraemer Access Road $ 67,500 9645 S. Santa Fe Springs Santa Fe Springs, CA 90670 CITY OF COSTA MESA 77 Fair Drive C -196 Arlington Drive Storm $ 185,000 Costa Mesa, CA 92626 Drain and Street Improvements (714) 754 -5291 C -316 Fire Station $ 325,179 C -410 Iowa St. Storm Drain $ 50,494 C -427 Street Improvement $ 171,450 Newport & 18th St. C -432 Indus St. Drainage Imp. $ 45,738 4 of 9 pages t i GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF JANUARY 31, 1995 CONTRACT CUSTOMER NAME & ADDRESS JOB LOCATION AMOUNT --------------------------------------- --- ----- ------ --------- --- ------ COTO DE CAZA DEVELOPMENT P.O. Box 438 Trabuco Canyon, CA 92678 (714) 858 -0241 REGENTS OF THE UNIVERSITY OF CALIFORNIA AT IRVINE Irvine, CA 92717 (714) 856 -6512 CITY OF TUSTIN 300 Centennial Way Tustin, CA 92680 (714) 544 -8890 REAL ESTATE DEVELOPMENT 18302 Irvine Blvd. Ste., # 360 Tustin, CA 92680 (714) 544 -2234 CITY OF ORANGE 300 E. Chapman Ave. Orange, CA 92666 TRI -STAR CONSTRUCTION C -169 Gabion Drop Structures C -180 Rip Rap Slope Protection C -181 Storm Drain Improv. C -184 Gabion Slope Repair C -186 Gabion Slope Repair C -188 Low Flow Crossing II C -192 Corrective Work C -199 UCI Parking Lot No. C -303 UCI Parking Lot No. C -313 Lot 6 & 80 Modifications C -318 Unit 5 Site Grading C -384 UCI Grading, Storm Drain C -417 Erosion Control C -433 Jamboree Widening $ 630,000 $ 260,062 $ 159,693 $ 16,285 $ 140,513 $ 39,606 $ 240,642 14 $ 145,000 18C $ 110,000 $ 118,963 $ 252,567 $ 258,312 $ 18,803 $ 138,900 C -195 Bell Avenue Storm Drain $ 96,673 C -183 Grading -Tract 11356, Lot 6 C -303 Point Del Mar C -305 Tustin St. Street Improvements C -314 Luau Area and Gold Rush Camp RESEARCH ENTERPRISES C -323 Research Enterprises 5 of 9 pages $ 29,758 $ 70,000 $ 216,620 $ 116,591 $ 2,500 i GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF JANUARY 31, 1995 CUSTOMER NAME & ADDRESS ----- -- ---------- -------- ---- CITY OF GARDEN GROVE LAIDLAW GAS RECOVERY SYSTEMS 39899 BALENTINE DR., STE 275 NEWARK, CA 94560 (415) 656 -8327 STANDARD PACIFIC 1565 W. MAC ARTHUR BLVD. COSTA MESA, CA 92626 (714) 546 -1161 HON DEVELOPMENT 25200 LA PAZ RD., #210 LAGUNA HILLS, CA 92653 (714) 586 -4400 PULTE HOME CORPORATION 270 NEWPORT CENTER DR. NEWPORT BEACH, CA 92660 (714) 721 -0622 LAGUNA BEACH COUNTY WATER DISTRICT 306 3RD STREET LAGUNA BEACH, CA (714) 494 -1041 ORANGE COUNTY EMA PUBLIC WORKS DEPT P.O. BOX 4048 SANTA ANA, CA 92702 -4048 CONTRACT JOB LOCATION AMOUNT ---------- ------- --- --- --- -- --- -- ------- C -320 Street, Storm Drain Improvements $ 190,052 C -324 Grading Improvements $ 449,532 C -329 Sewer & Water $ 857,000 C -334 Methane Gas Header $ 238,000 C -336 Landscaping $ 71,000 C -346 Re- alignemnt of Sewer, $ 161,189 Water & Gas Line C -352 Pump Station $ 95,083 C -391 $ 44,805 C -327 Bike Way Drains $ 13,500 C -349 Retaining Wall $ 122,699 C -335 Storm Drain, Stairway $ 755,420 C -337 Grading & Storm Drain Improvements $1,110,298 C -345 Retaining Wall $ 33,731 C -424 Storm Drain & Street $ 27,286 Repair C -339 Grading & Storm $ 392,000 Drain Improvements C -340 Aliso Beach Front Improvements C -344 OCEMA (Pelican Hill) C -347 Bee Canyon Landfill C -351 Portola Parkway Storm Drain C -359 Santiago Canyon Landfill 6 of 9 pages $ 297,203 484,785 165,992 113,000 507,089 0 GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF JANUARY 31, 1995 CONTRACT CUSTOMER NAME & ADDRESS JOB LOCATION AMOUNT ---------------------------------------------- ---- -------- -- ------ ----- -- - --- WESTERN INDUSTRIAL C -342 Raymer Avenue Street $ 136,008 3325 PICO BLVD Improvements Fullerton FERGUSON PARTNERS Same As Above 4199 CAMPUS DRIVE, '#1000 IRVINE, CA 92715 LOS ALISOS WATER DISTRICT C -343 Rough Grading $ 817,434 22312 MUIRLANDS BLVD EL TORO, CA 92630 AMERICAN GOLF CORPORATION C -348 El Toro Golf Course $ 235,461 1633 26th Street C -355 Cherry Ave. /Jeromino $ 228,629 Santa Monica, CA 90404 Street Improvements C -375 Gas Distribution Wells C -362 Rancho San Joaquin $ 18,182 Storm Drain CARLSON LANDSCAPING C -350 County of Orange $ 54,045 9050 Blackbird Ave. Fountain Valley, CA 92708 THE BREN COMPANY C -354 Pelican Hill Pump $ 621,945 5 Civic Plaza, Ste. 100 Station Newport Beach, CA 92660 CITY OF WHITTIER C -353 Savage Canyon Landfill $1,224,745 13230 E. Penn Street C -374 Savage Canyon Landfill $ 170,720 Whittier, CA C -375 Gas Distribution Wells $ 36,362 15, 17 & 18 C -393 Savage Canyon Landfill $ 117,161 CALTRANS DEPT. OF TRANSP. C -356 Norco Housing $1,129,326 1120 "N" Street Room 39 C -429 Orange County $ 147,192 Sacramento, CA 95814 Fairgrounds COUNTY OF ORANGE -EMA C -367 Missions Planned $ 42,604 P.O. Box 4048 Community Road Closures Santa Ana, CA 92702 -4048 LAKE ELSINORE UNIFIED C -369 Temescal Canyon High $ 309,223 SCHOOL DISTRICT School 545 Chaney Street Lake Elsinore, CA 92330 7 of 9 pages 0 0 GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF JANUARY 31, 1995 CUSTOMER NAME & ADDRESS JOB LOCATION ---------------------- -- ---- ----- ---- -- -- ---- -- -- -- LOS ANGELES COUNTY DEPT. OF PUBLIC WORKS, MISC. DEPT. 900 S. Fremont Ave. Alhambra, CA 91803 RANCHO SANTIAGO COMMUNITY COLLEGE 17th Street at Bristol Santa Ana, CA 92706 ORANGE COUNTY WATER DIST. 10500 Ellis Avenue Fountain Valley, CA 92708 C -371 Eaton Wash Spreading Grounds C -373 Schabarum Regional Park C -398 San Dimas Reservoir C -406 Kenneth Hahn Park C -408 Santa Anita Debris Basin C -434 Morgan Debris Basin C -439 Rio Hondo Spreading Grounds C -372 Parking Improvements C -380 Santiago Basin Revegetation C -402 Alamitos Barrrier Injection Well CONTRACT AMOUNT •- -- ----- - - - -- -- $ 893,734 $ 790,116 $ 797,640 $ 379,546 $ 261,343 $ 309,377 $ 913, 201 $1,606,214 $ 178,080 $ 142,567 RANCHO SANTA MARGARITA C -381 Antonio Parkway $ 166,196 30211 Avenida de Las Banderas Ste. 200 Rancho Santa Margarita, CA 92688 EASTERN MUNICIPAL WATER C -382 Grant Ave. and Corwin $ 854,453 DISTRICT Pumping Plants CITY OF HUNTINGTON BEACH C -383 Huntington Lake $ 305,555 Public Works Department Storm Drain 2000 Main Street C -414 Inlet Drive $ 177,345 Huntington Beach, CA 92648 CALVARY CHAPEL 3800 S. Fairview Road Santa Ana, CA CITY OF COVINA 125 E. College Covina, CA C -377 Green Valley Tank Site $ 104,089 C -396 5,000 Gallon Reservoir $ 537,593 and Pumps C -412 Sewage & Pump Station $ 64,151 8 of 9 pages 9 0 GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF JANUARY 31, 1995 CONTRACT CUSTOMER NAME & ADDRESS JOB LOCATION AMOUNT ------------------------------------------------ ----- -------- ------ ---- - - - - -- CITY OF DANA POINT 33282 Golden Lantern Dana Point, CA THREE VALLEYS MUNICIPAL WATER DISTIRCT 3300 Padua Avenue Claremont, CA 91711 IRVINE RANCH WATER DISTRICT CITY OF YORBA LINDA P.O. Box 7487 Yorba Linda, CA 92686 GENTRY GOLF 14893 E. Ball Road Anaheim, CA CITY OF IRVINE 1 Civic Center Plaza Irvine, CA 92713 CITY OF LAGUNA NIGUEL 27801 La Paz Laguna Niguel, CA 92656 SADDLEBACK VALLEY SCHOOL DISTRICT C -385 Street Widening - Stonehill & Selva C -386 Miramar Reservoir C -387 Pump Station C -390 Street /Storm Drain C -404 Remove & Replace AC C -413 Island Golf Center C -419 Amalfi Drive Seepage Mitigation C -441 Callendar Court C -430 Saddleback Valley School District 9 of 9 pages $1,075,571 $1,587,000 $ 575,795 $ 111,896 $ 145,900 $ 195,619 $ 13,580 $ 211,639 $ 25,050 0 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that BOJONUMBERU1857618 Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 8. 1995 has awarded to Gillespie Construction, Inc. hereinafter designated as the "Principal ", a contract for Balboa Boulevard Reconstr 12th to 14th Street (Contract No. 2936 ) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, and all of which are ,incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. 2936 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We, GILLESPIE CONSTRUCTION, INC. as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held firmly bound unto the Cit ��fnNewport Beach, in the sum of EIGHT HUNDRED TWENTY SIX THOUSAND F&Q� 'Q $ 826,016.50 ), 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 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 /her 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 Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, that the Surety or Sureties will pay for the same, in an am unt not exceeding the sum specified in the bond, and also, in ca a 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. s/" ion STATE OF COUNTY OF CALIFORNIA RIVERSIDE I SS. On MAY 12, 1995 , before me, ROSEMARY STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL E?:�fkRYSTANDLEW= e3tas:;;rorl1,9G 7459 � RM Neiz: J PuC';t - Cz.aa:nie FI "'RSiDc rAUNTV My Cnvniwinn Eapcas � This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TttE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITV(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 16081 Rev. 6/94 ALL- PURPOSE ACKNOWLEDGEMENT 0 Page 8A 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 to them or their assigns in any suit brought upon this bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And 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 above named Principal and Surety, on the 12th day of MAY , 19 95. Gillespie Construction, Inc. Name of Contractor (Principal) UNITED PACIFIC INSURANCE COMPANY Name of Surety 505 N. BRAND BLVD., STE 770 Address of Surety GLENDALE, CA 91209 (818) 240 -6960 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/91 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of County of On 1___) _/ 0 — 7 '�l before DATE c 7personally nally appeared L known to me No. 590] E.G.. -JANE DOE, NOTI& PUBUC- NAME(S) OF SIGNERS) - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their 7__. signatures) on the instrument the person(s), MARGARET or the entity upon behalf of which the i IjI;':.. -m MARGARET MARY FORD [[ NOTARY PUBL1fiCADFORNIA acted executed the instrument. COMMISSION #979374 person(s) .�- -j ORANGE COUNTY My Comm. Exp. Nov. 22, 1996 ~T- WITNESS my hand and official seal. SIGNATURE OF NOTARY Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ DIVIDUAL CORPORATE OFFICER! I / �ecIrer ThLE ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmei Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 • BOND NUMBERU185& PREMIUM $11,760.00 Page 9 FAITHFUL PERFO CE BON KNOW ALL MEN BY THESE PRESENTS,'That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 8, 1995 has awarded to Gillespie Construction, Inc, hereinafter designated as the "Principal ", a contract for Ralhna Boulevard Reconstruction 12th to 14th Street (Contract No. 2936 ) in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 2936 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, GILLESPIE CONSTRUCTION, INC. as Principal, and UNIDED PACIFIC INSURANCE COMPANY as Surety, are held firmly bound unto the City of Ne ort Beach, in the sum ofEIGHT HUNDRED TWENTY -SIX THOUSANDSIXTEEND&I% �1 826 ,016.50 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly 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, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its 5/91 STATE OF CALIFORNIA COUNTY OF RIVERSIDE On MAY 12, 1995 PERSONALLY APPEARED I SS. , before me, ROSEMARY STANDLEY MICHAEL D. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL -„ f1 "�,P > ^:3sY£,Tfia�dDLEY #167469 A1y l Emma JUNG 7, 159E 7, This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLEIS) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENn N(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 16081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT 0 Page 9A obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. In the event that the principal executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 12th day of MAY , 19 95 . Gillespie Construction. Inc. Name of Contractor (Principal) �--� /— /OC/C UNITED PACIFIC INSURANCE COMPANY Name of Surety 505 N. BRAND BLVD., STE. 770 Address of Surety GLENDALE, CA 91209 NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/" vim/_ -IN -FACT CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of (1// 7/Q County of Or On S— Z— before me, , DATE personally appeared ' personally known to me - 0 "JANE DOE. NeARY PUBLIC" / NAME(S) OF SIGNER(S) - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their oFFIclA�sEA1 signature(s) on the instrument the person(s), . MARGARET MARY FORD or the entity upon behalf of which the NOTARY PUBLIC- CALIFORNIA COMMISSIONN978374 person(s) acted, executed the instrument. i�; ,. ORANGE COUNTY " My Comm. Exp. Nov. 22, 1996 WITNESS my hand and official seal. No. 5907 r /LLG� SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ DIVIDUAL CORPORATE OFFICER �� sr;r/P� / ��//PU5t %- �YE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 UNITIOPACIFIC INSURANCE COA41kNY HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Pennsylvania, does hereby make, constitute and appoint Rosemary Standley, individually, of Riverside, California, its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of suretyship and to bind the UNITED PACIFIC INSURANCE 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 UNITED PACIFIC INSURANCE 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 under and by authority of Article VII of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKING 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of - Directors shall have power and authority to (a) appoint Attorneys) -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney(s)-in -Fact at any time and revoke the power and authority given to them. 2. Attorney(s)-in -Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorney(s)-in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity ovother conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating 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 UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed, this 18 day of May. 1994 UNITED PACIFIC INSURANCE COMPANY � SEAL`S Vice President STATE OF Washington ) n 7QQ8 `rr COUNTY OF King as. �N't9tt't�H On this 18 day of May, 1994 personally appeared Lawrence W. Cadstrom to me known to be the Vice President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Article VII, Section 1, 2, and 3 of the By -Laws of said Company,and the Resolution, set forth therein, are still in full force. /'-1 Notary Public in and for State of Washington Residing at Puyallup I, Robyn Layng, Assistant Secretary of the UNITED PACIFIC INSUI COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 12th day of MAY 19 95 IMgYq� fa MAO t Assistant Secretary BDU 1431 Ed. 3193 Producer GILLEOI-DEB THIS CERTIFICATE IS ISSUED AS A MATTER OF INFDRMATI ON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, Bryan D. Seltzer Ins Service 2922 E. Chapman Ave. Ste.107 Orange CA 2669 (714) f289 -7676 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE Company Letter A CIGNA PROPERTY & CASUALTY INS. CO. Company Letter B Cal Comp Insured GILLESPIE CONSTRUCTION, INC Company Letter C Company Letter D 245 FISCHER AVENUE, STE #B -3 COSTA MESA, CA 92626 Company Letter E This is to certify that the policies of insurance listed below have been issued to the insured named above for the policy period indicated. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFF DATE POLICY EXP DATE LIMITS LTR (mm/dd /Yy (mm /dd /yy) A GENERAL LIABILITY [J]Comprehensive Form MFC9163581 04/01/95 04/01/96 Bodily Injury Oct Bodily Injury Agg $ S [V]Premises /Operations [V]Underground /Explosion Prop Damage Occ S Collapse Hazard Prop Damage Agg $ IV]Products /CompL Operation IV ]Contractual gl 8 PD Comb Occ 151,000,000 IV ] Independent Contractors 81 8 PD Comb Agg s2,000,000 [%/]Broad Form Prop Damage Personal Inj Agg $1,000,000 E%/]Personal Injury A AUTOMOBILE LIABILITY [ ]Any Auto MFC9163581 04/01/95 04/01/96 Bodily Injury (Per Person) S [V]All Owned Autos(Pry Psgr) Bodily Injury [%/]Att Owned Autos(Other than Private Passenger) (Per Accident) S [%I ]Hired Property Damage S IV ]Non-Owned Autos [ ]Garage Liability god Injury & Prop [ ] Damage Combined $11 000, OOO EXCESS LIABILITY [ ]Umbrella Form Each Occurrence S [ ]Other Than Umbrella Form - Aggregate $ B WORKERS' COMPENSATION AND W949110457 09/01/94 09/01/95 [ ] Statutory Each Accident Disease -Pot Limit $1, 0"0 $1,000,000 EMPLOYERS' LIABILITY Disease -Ea Employ $1,000,000 Other Description Of Operations /Locations /Vehicles /SpeciaL Items Balboa Boulevard Reconstruction — 12th to 14th Street C2936 001 City Of Newport Beach 111111 11111 1111 I'llimmigum Shout any of the above described policies be cancelled before the expiration date thereof, the issuing company wilt mail 3 0 days written notice to the certificate holder named to the Left P.O. BOX 1768 3300 NEWPORT BLVD. NEWPORT BEACH, CA. 92659 -1768 Authorized mom Representative " f 40 Page 11 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, the Orange County Sanitation District, and Newport Mesa Unified School District, 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 its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach or additional insured named above shall 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 against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 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 contained in the written contract designated below, between the named insured and the City of Newport Beach. 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. 5/91 The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (x4 Commercial ( ) Comprehensive General Liability $1,000,000 $ 2,000,000 each occurrence aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days, advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: Balboa Blvd. Reconstruction 12th to 14th Street C -2936 Project Title and Contract No. This endorsement is effective MAY 01,1995 at 12:01 a.m. and forms a part of Policy No.MFC9163581 Of CIGNA PROPERTY & CASIJATXY (CA) (Company Affording Coverage). Insured: GILLESPIE CONSTRUCTION, INC Endorsement No.: ISSUING COMPANY By: -17-fet.. 401 Authorize Repre t i e 0 Page 12 AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1._ With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, the Orange County Sanitation District, and Newport Mesa Unified School District, 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 insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach or the additional insureds named above shall 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 liability of the company affording coverage." 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: ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability $, Property Damage Liability $ R Combined Single Limit Bodily Injury Liability & Property Damage Liability $ 1,000,000 5/91 per person per accident Page 12A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage 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 non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Balboa Blvd. Reconstruction 12th to 14th Street C -2936 Project Title and Contract No. This endorsement is effective MAY 15, 1995 at 12:01 a.m. and forms a part of Policy No MFC9163581 of CIGNA PROPERTY 6 CASUALTY (CA) (Company Affording Coverage). Insured: GILLESPIE CONSTRUCTION, INC Endorsement No.: ISSUING COMPANY By: �� ' " T j Authorizdd Representative Page 13 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Gillespie Construction, Inc. Date Name of Contractor (Principal) C -2936 Contract Number 'Aut�ize�Sfgnature and Title A/_0? Qenne Secre7`�r�t ��easur�/' Balboa Boulevard Reconstruction - 12th to 14th Street Title of Project 5/91 Page 14 CONTRACT THIS AGREEMENT, entered into this 8th day of May , 19 95 by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Gillespie Construction, Inc. , hereinafter "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Balboa Blvd. Reconstruction - 12th to 14th Street C -2936 Title of Project Contract No. B. Contractor has been determined by City to be the lowest responsible 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: Balboa Blvd. Reconstruction - 12th to 14th Street C -2936 Title of Project Contract 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. 5/91 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Eight Hundred Twenty -Si x Thousand Sixteen Dollars and Fifty Cents Dollars ($ ooc n,c cn ). This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) 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. 0 0 Page 14A 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) Instructions to Bidders and therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and (f) Plans and Special Provisions (g) (h) Tit a of Project This Contract documents referenced Endorsement(s) for Ralhna Rlvd_ R Inns ruction Contract No. Standard Specifications of Public Works Construction (current Edition) and all supplements Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active 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 written above. DWDI. �. L. CITY OF NEWPORT BEACH A Municipal Corporation By: �tJ" Mayor Gillespie Construction, Inc. Name of Contractor -Autk6flized Signature and Title 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of (-Z11 F0/)n/ Q County of On before me, /1�L/?' // /• /�rJTC! DATE AAMIE. TITLE OF OFFICER - E.G.. 'JANEffOE. NOTARY PUBLIC" personally appeared NAMEIS) OF SIGNER(S) personally known to me - - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), MARWETM SEAL or the entity upon behalf of which the G d IBLGCN NOCTAORYMPUSSION N 978374 E � p erson ( s ) acted, executed the instrument. ORANGE COUNTY My Comm. Exp. Nov. 22,1998 WITNESS my hand and official seal. I 1=? SIGNATURE OF NOTARY OPTIONAL No. 5907 Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ )�IDIVIDUAL CORPORATE OFFICER / TITLES) 1:1 v ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IE ✓^ DESCRIPTION OF ATTACHED DOCUMENT co-, / TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 6236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7164 PUBLIC WORKS DEPARTMENT CITY OF NEWPORT BEACH SPECIAL PROVISIONS BALBOA BOULEVARD AT 12TH STREET TO 14TH STREET CONTRACT NO. 2 9 3 6 I. SCOPE OF WORK .............................................. ............................... 1 II. CONTRACTOR'S LICENSE. ........................................................... 2 III. PAYMENT ............................................................ ............................... 2 IV. TIME OF COMPLETION/WORK HOURS .. ............................... 3 V. CONSTRUCTION PHASING .......................... ............................... 4 VI. TRAFFIC CONTROL ......................................... ............................... 6 VII. NO PARKING, TOW -AWAY SIGNS ............ ............................... 8 VIII. CONSTRUCTION SURVEY AND STAKING ........................... 8 IX. PROTECTION OF PUBLIC /PRIVATE PROPERTY ............... 9 X. WATER ...................................•.............................. ............................... 10 XI. STEEL PLATES .................................................... ............................... 10 XII. SURFACE AND GROUND WAFER CONTROL 11 XIII. CONSTRUCTION DETAILS ........................... ............................... 11 A. Mobilization. ............................................................................. 11 B. Unclassified Excavation, ....................................................... 12 C. Removals ..................................................... ............................... 12 D. Excavation and Earthwork .................... ............................... 13 E. Excavation Shoring ................................. ............................... 14 F. Asphaltic Concrete Pavement and Overlay Preparation.............................................. ............................... 14 G. Portland Cement Concrete ..................... ............................... 16 H. Storm Drain System ................................. ............................... 16 I. Utilities ....................................................... ............................... 17 J. Traffic Striping and Pavement Markings ......................... 18 0 0 XIV. SOLID WASTE DIVERSION ........................... ............................... 20 XV. AGGREGATE BASE. ........................................................................ 20 XVI. DESIGN CROSS SECTION SHEETS 20 XVII. PALM TREE PLANTING AND MAINTENANCE,,,,,,,,,,,,,,,,,,, 20 XVIII. IRRIGATION SYSTEM. ................................................................... 28 XIX. SOIL PREPARATION ....................................... ............................... 51 XX. TREES AND SHRUBS ........................................ ............................... 59 XXI. LANDSCAPE ESTABLISHMENT .................. ............................... 69 XXII. MONUMENTATION .................... ............................... ................. 77 XXIII. SEWER LINE AND SEWER MANHOLE CLEARING ANDSEALING .................................................... ............................... 78 XXIV. CONFINED SPACE WORK AREA FOR SEWER WORK ...... 92 XXV. EXHIBIT "A" - APWA STANDARD DRAWINGS .................. 101 0 CONTRACT NO.2 9 3 6 0 The special provisions contained herein have been prepared under the direction of the following Registered Engineer. A. Michel tered Civil Engineer I I I I I I I [1 11 I I • • SP1of101 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BALBOA BOULEVARD AT 12TH STREET TO 14TH STREET CONTRACT NO. 2 9 3 6 I. SCOPE OF WORK Except as stipulated in these specifications as being furnished by the City or others, the Contractor shall furnish all labor, materials, power, equipment, tools, transportation and supervision necessary to construct, complete, all of the work shown on the drawings and /or specified herein. The work, in general, consists of the following: 1) the removal and reconstruction of street improvements including A.C. pavement, P.C.C. pavement, P.C.C. curb, gutter, drive approaches, sidewalks, and median pavement; 2) removing, abandoning, and disposing of existing catch basins and storm drain pipes as indicated on the plans; 3) furnishing and installing new catch basins, junction structures, storm drain pipes, sluice gate vault, outlet structure, and shoring and dewatering; 4) furnishing sluice gate assembly for installation by City's forces; 5) furnishing and installing support to existing underground pipes across the trench and modifications to existing water line; 6) Construct or protect existing street lights and appurtenances; 7) construct traffic striping and markings; 8) adjusting utility frames and covers to finished grade; 9) provide and maintain traffic control during all phases of construction; 10) construct median landscaping, paving, and irrigation, and 11) performing incidental items of work. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans; (3) The City of Newport Beach Standard Special Provisions and Standard Drawings for Public Works Construction, (1994) Edition); (4) applicable, the State of California SI 1992; and State of California Standard the Standard SUecifications may be News, Inc., 3055 Overland Avenue, telephone (213)202 -7775. Supplements. Copies of tandard Drawings may be rks Department; (5), where andard Specification, July Plans, July 1992. Copies of purchased from Building Los Angeles, CA 90034; 0 • SP2of101 ' Drawings. Data and Schedule of Work tThe Contractor shall submit for review and approval by the Engineer, five sets of drawings, brochures and /or data covering ' the schedule and all major items of material the Contractor proposes to use for the construction of the storm drain system, landscaping, irrigation, and tree grates within 14 calendar days of the execution of the contract. ' The Contractor shall furnish to the Engineer, prior to acceptance of the work, one set of contract drawings showing "As Built" ' notations and details thereon. Any change to the vertical and horizontal alignment and locations of all existing utilities encountered shall be surveyed by the contractor and included in the As- Built. II. CONTRACTOR'S LICENSES At the time of bid opening and until completion of work, the Contractor shall possess a General Engineering Contractor "A" license. At the start of work and until completion, the Contractor shall possess a Business License issued by the City of Newport Beach. III. PAYMENT ' The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal shall be included in the unit prices bid for items of work. ' Partial payments for mobilization shall be made in accordance with the Standard Specifications for Public Works Construction. 1 I I I • SP3of101 In summary, this means that each driveway approach and sidewalk along Balboa Boulevard, the pick up and dropoff area in front of the school and the sides of the school on 13th 1 Street and 14th Street, and the sidewalk and driveway at 13th Street End shall be returned to normal vehicular as quick as possible from the day it is first closed to such use. The Contractor shall employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that Contractor will not be able to meet this I schedule, he shall exert extra effort to meet his original schedule and demonstrate that he will be able to maintain his approved schedule in the future. This shall not be construed ' as the basis for payment of extra work because additional men and equipment were required on the job. I IV. TIME OF COMPLETION /WORK HOURS A. The Contractor shall complete all work, including cleanup, before the expiration of 90 working days. B. Work on Balboa Boulevard can only be on one block at a time and once work is started it must be completed before the next block is begun. Work on Balboa Boulevard between 13th Street and 14th Street adjacent to the school must occur between June 22, 1995 and August 15, 1995 when school is not in session. C. Hours of work 7:00 a.m. to 6:30 p.m. weekdays (except sewer joint grouting). No work shall be permitted during Saturdays, Sundays, and Holidays without the Engineer's ' approval. "Holidays" shall be defined as Easter Vacation Week (April 9 to April 16), Memorial Day (May 29), and Independence Day (July 4). D. The Contractor shall only work within one block of Balboa Boulevard at a time and shall complete all work on Phase lA 1 (outside lanes, curb and gutter, sidewalk, etc.) within 28 consecutive days after beginning work within each block. Contractor shall complete all work (excluding landscaping) within each block of Balboa Boulevard prior to beginning work on the other block. The term "work" as used herein shall include all removals, adjustments, and replacements; ' construction of storm drain, water, sewer and electrical improvements; construction of P.C.C. improvements: alley approaches, street pavement, curb and gutter, driveways, I sidewalk and access ramps. Also included within the specified period is curing time for new P.C.C. improvements. In summary, this means that each driveway approach and sidewalk along Balboa Boulevard, the pick up and dropoff area in front of the school and the sides of the school on 13th 1 Street and 14th Street, and the sidewalk and driveway at 13th Street End shall be returned to normal vehicular as quick as possible from the day it is first closed to such use. The Contractor shall employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that Contractor will not be able to meet this I schedule, he shall exert extra effort to meet his original schedule and demonstrate that he will be able to maintain his approved schedule in the future. This shall not be construed ' as the basis for payment of extra work because additional men and equipment were required on the job. I 1 0 SP4of101 Access to driveways, garages, and all residences shall be returned to normal within 10 calendar days. E. Sewer pipe joint grouting shall be completed between the hours of 6:30 p.m. and 7:00 a.m. All sewer work shall be 1 completed within 15 working nights. The Contractor will be assessed $350.00 per day (including Saturdays, Sundays and holidays) liquidated damages for each day in excess of the 90 working days allowed for 100 percent completion of the construction work. The intent of this section of the Special Provisions is to emphasize to the Contractor the importance of prosecuting ' the work in an orderly, preplanned, continuous sequence so as to minimize the time an alley or street is closed to vehicular traffic. V. CONSTRUCTION PHASING Non conflicting work in either Phase including construction of 1 the 13th Street and 15th Street storm drains, valve box and outfall pipe may proceed concurrently with work in the other phase, provided satisfactory progress is maintained in said other ' phase of construction and satisfactory vehicle access is maintained in the area. I Work on Balboa Boulevard can only be on one block at a time and once work is started it must be completed before the next block is begun. Work on Balboa Boulevard between 13th Street and 14th Street adjacent to the school must occur between June 22, 1995 and August 15, 1995 when school is not in session. The work within each block shall be completed in two phases; Phase IA and Phase IB. Phase IA will include removals and construction of all items including storm drain construction in the outside lanes and sidewalk improvements adjacent to the right -of -way. ' Phase IB will include removals and construction of all items including storm drain construction in the inside lanes and medians. The Contractor may restrict traffic to one lane in each direction during the day, but must provide two lanes in each direction at night and on weekends and holidays. Non conflicting work in either Phase including construction of 1 the 13th Street and 15th Street storm drains, valve box and outfall pipe may proceed concurrently with work in the other phase, provided satisfactory progress is maintained in said other ' phase of construction and satisfactory vehicle access is maintained in the area. I 1 • • SPSof101 At the end of each working day if a difference in excess of 0.45 feet exists between the elevation of the existing pavement and the elevation of any excavation within 6 feet of the traveled way, ' materials shall be placed and compacted against the vertical cuts adjacent to the traveled way. During excavation operations native material may be used for this purpose; however, once the placing of the structural section commences, structural material shall be used. The material shall be placed to the level of elevation of the top of existing pavement and tapered at a slope of 4:1 or flatter to the bottom of the excavation. Full compensation for placing the material on a 4:1 slope, 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 materials 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. Prior to construction, the Contractor shall notify the City's Utilities Superintendent, Mr. Peter Antista and Electrical Services Supervisor, Herb Wollerman two weeks in advance to allow the City forces to de- energize and inspect circuit prior to any circuit work. The Contractor shall consider the phasing of the street light conduit construction and use the following guidelines in establishing his ' schedule. 1. Series circuit shall be maintained at all times. 2. Each stage and phase of construction proposed by the Contractor and the estimated length of outages. Maximum 1 outage shall be two (2) days. 3. Circuit shall be jointly inspected by City electrician and Contractor prior to commencement of work. Excavation near existing street light conduit may require de- energizing street light circuit Coordination of this work will be through the City's Electrical Services Supervisor. Circuit shall return to service prior to dusk and in no case later than 5:00 p.m. The Contractor shall notify the City's Utilities Superintendent; Mr. Peter Antista, (714) 644 -3011, at least 48 hours in advance of theneed to shut down or connect to any existing water mains. No shutdown will be allowed on Fridays, Saturdays, Sundays, holidays or after 12:00 noon. The Contractor shall not operate existing water valves. I • SP6of101 The Contractor shall notify the Operations Support Supervisor at ' (714) 644 -3067 to salvage City's signs which must be removed during construction. 1 The Contractor shall contact the Concrete /Storm Drain Supervisor, Larry Kolbo at (714) 6443060 to supervise and inspect the construction of valve vault box at 13th Street by the Contractor in order to coordinate and facilitate installation of sluice gage assembly by City's forces. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work at each street. No work shall begin until a schedule of work has been approved by the Engineer. VI. TRAFFIC CONTROL Traffic control shall be in accordance with the Traffic Control Plan, the W.A.T.C.H. Handbook, and Section 7 -10 of the Standard Specifications. Supplemental Traffic Control Plans may be required of the Contractor for localized areas of ' construction. The work shall incorporate the following requirements: 1. Traffic flow outside of a street closure area shall be maintained at all times. ' 2. Signs, barricades, delineators, lights, warning devices, temporary parking restrictions, detours, etc. shall be utilized to assure that pedestrian and vehicular traffic will be handled in a safe and efficient manner with a minimum of inconvenience. 3. Vehicles which are necessary in the construction of an item of work may be situated in the work site only during the construction of that item. All other vehicles associated with the Contractor's work shall be parked legally elsewhere. In addition, Contractor's equipment and vehicles shall not be left overnight on streets /alleys outside of a street closure area. ' 4. The Contractor shall provide, install, and remove, at the appropriate times, covers or bags over City parking meters, �1 1 • • SP7of101 "No Parking" signs, and "One -Way" signs as directed by the Engineer to allow residential parking and access along streets ' adjacent to work site. Said covers shall be promptly removed upon completion of work or when traffic is restored. 5. No portion of Bay Street nor the alley between Bay Avenue and Balboa Boulevard shall be closed concurrent with a closure of Balboa Boulevard. 6. Special consideration shall be given to providing a safe, clear area near the school for pick -up and drop -off traffic at the beginning and end of each school day. Construction vehicles should not be parked on 13th Street or 14th Street adjacent to the school at any time. The Contractor shall make every effort to provide access through the work area for emergency vehicles, street sweeping, mail deliveries, etc., and weekly trash collections. If the Contractor's work will interfere with normal trash collection procedures in any manner, the Contractor shall provide an alternative trash procedure to satisfy the City's Field Operations Superintendent, Mr. Leon Hart, who may require the Contractor's assistance during trash collection. In the same matter, if the Contractor's work will interfere with normal mail delivery, the Contractor shall notify and effect alternative mail delivery procedures with the post office at (714) 673 -5250. In addition, when the Contractor's work interferes with street sweeping, it shall be his responsibility to make arrangements by contacting the Field Operations Superintendent, Leon Hart, at (714) 644 -3060. During Contractor's non -work hours, the Contractor shall ' bridge trench excavations to maintain access through street and alley intersections. In addition, continuous pedestrian access to and from residences shall be maintained at all times. The Contractor shall provide and install devices to provide access to dwellings for residents (see Section XI regarding steel plates available from the City). 7. Notice to residents and businesses. Forty eight hours before restricting vehicular or pedestrian access to residents or businesses (including churches and schools), the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when access will be restored. The written ' notices shall be prepared by the engineer. The Contractor shall insert the applicable dates and times at the time he distributes the notices. Errors in distribution of notices, false J • • SP8of101 starts, acts of God, strikes or other alternations of the schedule will require that the Contractor redistribute the notices to all ' affected. ' VII. "NO PARKING. TOW- AWAY" SIGNS When the work necessitates temporary prohibition of on- street parking or access during construction, the Contractor shall furnish, install, and maintain in place, "NO PARKING, TOW - AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 48 hours in advance of the need for enforcement. City Police Department must verify time of posting for enforcement. "NO PARKING, TOW AWAY" signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches width by 18 inches height, and (3) be similar to design and color to Sign No. R -38 of the Caltrans Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. Errors in posting "NO PARKING, TOW- AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor re -post the 'NO PARKING, ' TOW- AWAY" signs. All costs for provided traffic control, including all requirements as detailed in this Section and as required for this construction project, shall be included in the lump sum price bid for 'Provide Traffic Control and Delineation." VIII. CONSTRUCTION SURVEY & STAKING The Contractor shall provide field survey for control of construction. The survey shall be performed by a surveyor licensed in the State of California. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally required for such construction. The Contractor shall make every effort not to disturb property corners, benchmarks, monuments, or any other survey markers; however, if any monumentation is inadvertently disturbed or ' must be removed in order to accomplish the work, the Contractor shall tie out and replace said marker(s) in accordance with Section 8771 of the Business and Professions Code of the I� • • SP9of101 State of California as atended by AB1414 (1994), at his sole expense. Existing monumentation is shown on Sheet 22 of 22 of ' the drawings. IX. PROTECTION OF PUBLIC /PRIVATE PROPERTY ' Property lines abutting the proposed improvements are indicated on the plans. Prior to construction, the Contractor shall verify the location of existing trees, structures, planters, plant materials, irrigation systems, walkways, lighting, etc. and shall protect them in place and be responsible for, at his sole expense, any damage to them resulting from construction of the ' improvements. In addition, the Contractor at his expense, shall redo existing irrigation facilities within planters, as necessary. The Contractor shall salvage any brick or other building materials encroaching within the right -of -way in conflict with the work, and stack it neatly on the property adjacent to the work. ' In conjunction with Subdivision 6.143 and applicable sections of the California Occupational Safety and Health Act (CAL /OSHA), the Contractor shall take such precautions as are necessary to protect all workmen engaged in the performance of the work specified, provide safe passage to and from adjacent areas that ' may be affected by the work, protect the public from hazardous conditions, and place and maintain necessary guards, barriers, lights, signs, etc. to prevent injuries and accidents. Where existing roadways or working areas are in use, the Contractor shall make provisions for trench crossings at these places either by means of constructing backfills, temporary bridges or installing steel plate covers to permit safe passage of traffic. See Section XI Steel Plates. Full compensation for the work involved in carrying out the precautionary measures specified above shall be considered as included in the price bid for all the work and no additional allowance will be made therefor. The Contractor shall protect all existing visible structures and all ' underground utilities shown on the drawings and will be held responsible for any damage resulting from his failure to protect these facilities adequately. 1 0 0 SP 10 of 101 The drawings show conditions as they exist according to the most reliable information available, but in the event, at the time of installation, a pipe, conduit or other obstruction is found to be in the space required to be occupied by the facilities to be installed ' under these specifications, the Contractor shall notify the Engineer at once regarding the interference and await instructions. The Engineer will use all means at his disposal to ascertain the facts regarding the interference in order that he may issue instructions as to procedure in as short a time as possible. However, the Contractor shall have no claim against the City because of delay due to the time or manner of procedure ordered by the Engineer. Full compensation for protecting structures and utilities, including supports and blankets shall be considered as included in the unit price per linear foot of pipe and no additional allowance shall be made therefor. X. WATER If the Contractor desires to use City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon ' return of the meter in good condition to City, the deposit will be returned to the Contractor, less a quantity charge for water usage. ' XI. STEEL PLATE ' The City can provide, a limited quantity of 1 -inch thick, 5' x 10' steel trench plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. There is a $100.00 deposit for use of the City's lifting eye fitting for the use of trench plates. These plates may be obtained from and shall be returned to the City's Utility Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Peter Antista, at (714) 644 -3011. Ii I 1 0 SP 11 of 101 XII. SURFACE AND GROUNDWATER CONTROL Groundwater may be encountered at certain sites in the project area. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area. Groundwater or surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the bay. Untreated water shall not be conveyed directly into storm drains or sewers. ' Water with sulfides will not be allowed in the storm drain or bay and must be desilted and treated prior to discharge. ' In addition, the Contractor shall provide for drainage of runoff into the bay and for control of high tide sea water encroachment onto streets during construction. The Contractor shall schedule work around tidal fluctuations as necessary. In order to keep streets from flooding, the tide gates are closed by City forces whenever tides reach elevation 2.7 feet above sea level, ' approximately (5.4 feet above mean lower low water). �J [1 1 Dewatering for construction of valve vault at end of 13th Street and catch basin at the end of 15th Street shall be diverted into a decanting tank, treated and then into a sewer manhole. Treatment shall comply with requirements of the Orange County Drainage Area Management Plan. XIII. CONSTRUCTION DETAILS A. MOBILIZATION 1. Mobilization shall include the general site maintenance required to keep the project site in a neat and orderly condition through the construction period. 2. Construction shall include all efforts to comply with the County of Orange NPDES Drainage Area Management Plan. This plan requires the Contractor to maintain the construction site in accordance with construction practices as provided in Section 7 -8, "Project Site Maintenance" and Section 7 -10, "Public Convenience and Safety" of the Standard Specifications. Compliance of the aforementioned sections shall constitute meeting the NPDES Drainage Area Drainage Plan requirements for this project. I r-, I� II LJ I 1 1 I 1 B. C. • • SP 12 of 101 UNCLASSIFIED EXCAVATION Unclassified Excavation shall include the removal of the native materials as needed to place the new pavement sections and roadway improvements, and the disposal or recycling of the generated material, including unclassified fill. REMOVALS Existing P.C.C. and A.C. improvements shall be sawcut prior to removal. No stompers, breakers, or hoe rams will be allowed. Should the Contractor damage the sawcut edge during or after removal, the damaged edge shall be removed by additional sawcutting and replaced at the Contractor's sole expense. Cost of pavement removal and resurfacing are considered part of street reconstruction and no additional allowance will be made therefor for the storm drain construction. Where existing pavement to be removed is on areas not to be repaved, replacement shall be in accordance with NPB Std - 105 -L. Cost of pavement removal and resurfacing shall be considered as included in the unit prices bid per linear foot of pipe and no additional allowance will be made therefor. 1 0 SP 13 of 101 D. EXCAVATION AND EARTHWORK ' Unless otherwise specified, excavation and backfill shall be in accordance with the SSPWC Section 300, and /or as ' specified herein. Trench cross - section shall be in accordance with NPB Std -106 -L unless otherwise shown on plans. ' Trenches shall be excavated to the alignment and grade as shown on the drawings, and shall be kept free of water during installation of the storm drain lines and /or ' structures. Any water removed from excavations shall be disposed of in a manner which will not interfere with other operations in the area. The water level can be 1 1 expected to change in response to tidal fluctuations, seasonal rainfall, and pumping. Dewatering shall continue until backfill has been completed. ' No trench shall be excavated more than 200 feet in advance of the construction or be left unfilled for more than 200 feet in the rear thereof, unless otherwise specified or approved by the Engineer. No trench shall be backfilled until after inspection by the 1 Engineer and in -place surveys of the storm drain lines and existing lines encountered have been completed. All backfill shall be placed in horizontal layers of a depth compatible with the material being placed and the method and type of equipment being used to obtain at least 90% relative compaction. Slurry bedding and backfill shall conform to Section 201 of ' SSPWC. All removed excess soil material shall be promptly disposed of at a site outside the City. (See Section XIV.) Material not suitable for use in the backfill, including rock larger than six inches in diameter, broken Portland cement concrete and /or other debris, shall not be used in the backfill but shall be disposed of outside the City, complying with disposal regulations, and fees. 1 1 !I u 1 I • • SP 14 of 101 Full compensation for excavation, backfilling, bedding, dewatering, and disposal of excess and unsuitable material shall be considered as included in the unit prices bid per linear foot of pipe and no additional allowance will be made therefor. The Contractor shall submit to the Engineer an acceptable detailed plan showing the design of shoring, bracing, sloping or other provisions to be made for worker protection from the hazard of caving ground where an excavation or trench is 5 feet or more in depth. If such plan varies from the shoring system standards established by the Construction Safety Orders, the design shall be prepared by a registered Civil or Structural Engineer. No shoring, sloping or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety shall be submitted or used in such excavation. The Contractor shall not commence such excavation until said detailed design has been accepted by the City. All shoring work under these plans and specifications for excavations or trenches 5 feet or more in depth shall be bid as a separate item. This item shall include adequate sheeting, shoring and bracing or equivalent method for the protection of life or limb which conforms to applicable safety orders. The Contractor shall obtain a permit to perform excavation or trench work from the State of California, Department of Industrial Relations (CAL- OSHA), prior to ' excavating any trench 5 feet or more in depth. The Contractor shall also submit drawings to the Engineer in accordance with Sections 7 -10.4 and 2 -5.3 of the Standard Specifications. All costs incurred to obtain the Engineer's approval shall be included in the various related items of work, and no additional compensation will be allowed. I F. ASPHALTIC CONCRETE PAVEMENT AND OVERLAY PREPARATION ' Asphaltic concrete pavement includes surface course and base course. Surface course asphalt concrete shall be Type III- C3- AR4000. Base course asphalt concrete shall be Type III- B2- AR8000. 40 0 SP 15 of 101 Asphalt concrete base course is defined as (1) the asphalt required in pavement reconstruction areas to bring the area flush with the adjacent existing pavement, and (2) the asphalt required to bring thick A.C. overlays to within 2" of the proposed finished grade. Asphalt concrete surface course is defined as (1) asphalt overlay placed on existing pavement where the overlay required is 2" or less, (2) the asphalt overlay placed on A.C. base course at pavement reconstruction areas (the surface course overlay depth should match the adjacent proposed overlays); and (3) the asphalt overlay placed on overlay areas. Surface preparation of existing pavement for AC overlay ' will be required in some areas before the proposed overlays can be placed. This surface preparation shall include, but not be limited to, crack routing, bump ' grinding, crack cleaning, and crack sealing with rubberized sealant approved in advance by the Engineer. All cracks 1/4" or larger shall be sealed. ' Surfaces to be overlaid shall be cleaned by the use of mobil sweepers. The overlaid surface shall be free of water, dust ' or foreign material before tack coat is applied. Thermoplastic- marked crosswalks and traffic legends, and raised pavement markers shall be removed by grinding or by some other method approved in advance by the Engineer prior to placing asphalt concrete overlay. ' At locations where new asphaltic concrete pavement is joining existing asphaltic pavement, the Contractor shall sawcut to provide straight, neat lines and place the new asphaltic concrete to form a smooth transition. Payment ' for sawcutting pavement shall be included in the pay item for Unclassified Excavation. ' Where depressions exist in pavement to be overlaid such that the overlay thickness will exceed 2 ", a leveling base course shall first be placed so that the final overlay will be ' of approximately uniform thickness. Where extra milling (cold planing) of AC pavement is required due to previous overlays, or any other reason where the existing surface is abnormally high relative to the edge of gutter, payment of said milling shall be included in the unit price therefor, and no additional compensation will be allowed. H. STORM DRAIN SYSTEM ' The storm drain work shall consist of installing storm drain lines, catch basins, junction structures, sluice gate vault, and outfall structure. Sluice gate shall be provided by Contractor and installed by City forces. Storm drain line pipe shall be reinforced concrete pipe with rubber gasketed joints conforming to SSPWC Section 207. Temporary PVC storm drain line shall have gasket joints and shall conform to SSPWC Section 207. Installation and testing shall be in accordance to SSPWC Section 306. Storm drain junction structure shall be the size and type shown on the drawings. Precast units shall be manufactured in accordance with ASTM C478. I 0 0 SP 16 of 101 G. PORTLAND CEMENT CONCRETE All exposed concrete surfaces shall conform in grade, color and finish to all adjoining curbs, walks, and other improvements. Stamped concrete shall be done in accordance with Section 303 -6 of the Standard Specifications. Coloring shall be terra cotta and shall match the pattern and finish of the stamped concrete located at the Balboa Boulevard median from 32nd Street to Pacific Cost Highway. The median paving shall be lightly stamped to accommodate pedestrian traffic. All concrete shall be Type V unless otherwise specified and shall conform to SSPWC Section 201. Concrete for the ' outlet structure shall be Type V. Steel reinforcing bars shall be deformed bars of ' intermediate grade and shall conform to the specifications of ASTM A615, Grade 40 or 60. Reinforcing bars shall be ' securely wired at all intersections. Concrete construction, finishing, and curing shall be in accordance with SSPWC Section 303. Full payment for ' concrete placing, finishing, curing and reinforcement shall be considered as included in the unit price of catch basins, junction structures, sluice gate vault, and outlet structure ' and no additional allowance shall be made therefor. H. STORM DRAIN SYSTEM ' The storm drain work shall consist of installing storm drain lines, catch basins, junction structures, sluice gate vault, and outfall structure. Sluice gate shall be provided by Contractor and installed by City forces. Storm drain line pipe shall be reinforced concrete pipe with rubber gasketed joints conforming to SSPWC Section 207. Temporary PVC storm drain line shall have gasket joints and shall conform to SSPWC Section 207. Installation and testing shall be in accordance to SSPWC Section 306. Storm drain junction structure shall be the size and type shown on the drawings. Precast units shall be manufactured in accordance with ASTM C478. I • SP 17 of 101 ' Frames and covers shall be made from gray iron castings complying with ASTM A -48, Class 30. Frames and covers ' shall be Alhambra Foundry, or equal, and shall be hot - dipped in asphalt at the foundry and not coated with lacquer. Frames and covers shall be well made, sound and free from shrinkage cracks, blow holes and other defects, and in all respects comply with the best foundry practice with all surfaces smooth and free of fins, burnt sand and patch welding. Full payment for frames and covers shall be considered as included in the unit prices bid for each catch basin, junction structure, and sluice gate vault and no additional allowance will be made therefor. ' Sluice gates shall be epoxy coated and have circular flat back mounting frame which bolt directly to the concrete vault structure, capable of withstanding a 60 -foot seating ' (front) pressure and a 10 -foot unseating (back) pressure. Slide gate shall have a non - rising stainless steel stem, stainless steel rails, bronze seat face and all stainless steel ' hardware, including anchor bolts. Sluice gates shall be Waterman Industries Model P -30f, Fresno Model W(18 "), or equal approved by the Engineer. Payment for excavation, backfill, testing, and disinfection ' of modified water lines shall be considered as included in the lump sum bid price for water line modification and no additional allowance will be made therefor. Abandonment of existing lines shall conform to the requirement of SSPWC Section 306, except that all pipes shall be pumped full with sand or slurry prior to sealing. I. UTILITIES ' Existing underground utilities are shown per available records only. The Contractor shall be responsible for field verifying the actual locations and elevations of existing utilities prior to beginning construction of the new facilities. ' Adjustment to grade of gas meters, electrical and telephone vaults, cable T.V. pullboxes, and any other utility -owned facilities will be done by the utility ' companies. Adjustment to grade of City -owned and County Sanitation District facilities will be done by the ' • • SP 18 of 101 1 d 1 l_ J J• Contractor as called for in the construction notes and provided for in the Standard Specifications. Materials, installation, testing and disinfection of modifications to existing water lines shall conform to the requirements of City of Newport Beach, Public Works Department, Standard Special Provisions. TRAFFIC STRIPING AND PAVEMENT MARKINGS This item of work shall be done in accordance with Section 201 -1.6, "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6, "Painting Traffic Striping, Pavement Markings, and Curb Markings," of the Standard Specifications, except as supplemented or modified below. Striping details shown on the Striping Plan refer to the State of California, Department of Transportation Standard Plans, dated July 1992. Paint for traffic striping and pavement markings shall be white Formula Number 2572 -A9 and yellow Formula Number 2573 -A9 as manufactured by J.E. Bauer Company. Delete Paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment and Spotting" of the Standard Specifications and add the following: "The Contractor shall perform all layout, alignment and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout, alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the Plans. The Contractor shall mark or otherwise delineate new traffic lanes, limit lines, pavement markings, etc., within 24 hours after removing or covering existing striping and markings. No street shall be without the proper striping over a weekend." If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require that the Contractor reinstall "NO PARKING, TOW - AWAY" signs and renotify residents in accordance with Section VII herein, respectively, at the Contractor's sole expense. • . SP 19 of 101 ' If the Contractor removes, covers or damages existing striping or raised pavement markers outside of the work ' area, he shall re- stripe or replace the striping or pavement markers at his sole expense. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, ' temporary traffic lanes when two opposing traffic lanes are adjacent or when there is more than one lane in any one direction and when this temporary condition shall exist for more than three consecutive days. Two applications of ' paint may be necessary to maintain adequate delineation and may be required on base pavement surfaces depending on construction phasing. ' New raised pavement buttons and markers shall be provided and installed per Plan by the Contractor in accordance with Section 85, "Pavement Markers," of the State of California's Standard Specifications, except that new non - reflective pavement markers (Types A and AY) ' shall be ceramic and all new reflective pavement markers shall have glass- covered reflective faces, and raised pavement markers for the location of fire hydrants shall ' conform to City of Newport Beach Std - 902 -L. The Contractor shall clean, protect, or replace within 24 hours raised pavement buttons and markers that have been ' damaged, removed, or covered as a result of the Contractor's work. ' Traffic strips and pavement markings shall be applied in two coats. The first coat of paint shall be dry before application of the second coat. At least one mat of paint shall be applied for striping and markings within 24 hours after placing asphalt concrete overlay. Where striping details shown on the Plans specify raised pavement markers only, such as in Details 4, 7, 10, 13, 14, etc., one ' coat of the appropriate color paint shall be applied within 24 hours after placing asphalt concrete overlay. Raised pavement markers shall then be installed within 15 to 30 days after placing asphalt concrete overlay, and shall be placed directly over the striping. ' Thermoplastic traffic striping and pavement markings shall be Alkyd type and shall be installed per plan by the Contractor in accordance with Section 84 -2 "Thermoplastic Traffic Stripes and Pavement Markings" of the State of California's Standard Specifications. Thermoplastic shall be warranted by the Contractor against blistering, bleeding, excessive cracking, staining, discoloring, stripping and poor adhesion for at least 1 year. 1 0 • SP 20 of 101 XIV. SOLID WASTE DIVERSION Unless specified elsewhere in this contract, all non - reinforced Portland cement concrete and asphalt concrete waste generated from the job sites shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recycable solid wastes shall not be disposed of at a sanitary landfill. ' The Contractor shall maintain monthly tonnage records of total solid wastes generated and total solid wastes disposed of at sanitary landfills. The Contractor shall report said tonnage's ' monthly to the Engineer on a form provided by the Engineer. 1 I I I 1 1 XV. AGGREGATE BASE Aggregate base shall be Class 2 and shall conform to the provisions in Section 26, "Aggregate Base," of the Standard Specifications and these special provisions. Placement and compaction of base materials shall conform to Section 26 of the Standard Specifications. Base material shall be compacted to 95 percent relative compaction. XVI. DESIGN CROSS SECTION SHEETS The City has design cross section sheets that will be helpful in estimating excavation, fill and disposal quantities. Upon request, the Engineer will provide prospective bidders a copy of these sheets free of charge at the City's Public Works Department. XVII. PALM TREE PLANTING AND MAINTENANCE GENERAL CONDITIONS The requirements of the "General Conditions of the Contract" and of Division 1, "General Requirements," shall apply to all work of this Section with the same force and effect as though repeated in full herein. SCOPE OF WORK A. Work included: All labor, materials, appliances, tools, equipment, facilities, transportation, pruning, skinning, backfill, planting maintenance, and services necessary for and incidental to performing all operations of the work of this 1 • 0 SP 21 of 101 ' section, complete, as shown on the drawings or specified herein. Work includes but is not necessarily limited to the following: 1. Removal and relocation of existing palm trees. 2. Planting of new palm trees, as required by plan. 3. Coordination with work related to other sections which may affect schedule and performance of work under this section. ' B. Related work in other sections: The work of other sections related to the work of this section includes, but is not limited to, the following: 1. Section XVIII — Irrigation Systems. L 1 I LJI 1 1 1 P 11 2. Section XIX — Soil Preparation. 3. Section XX — Trees and Shrubs. 4. Section XXI — Landscape Establishment. GUARANTEE Newly planted palm trees shall be guaranteed against any and all poor, inadequate, or inferior workmanship for a period of one (1) year following planting and acceptance by Owner. Labor and material bonds shall be retained as a warranty. During the guarantee period any material found dead or not in a satisfactory growth condition shall be removed from the site within 10 working days. These trees and disturbed improvements shall be replaced at no expense to the Owner, with the same variety and size as originally designated. palms and all disturbed areas shall be guaranteed for a period of one (1) year from item of planting to the satisfaction of the Owner. OBSERVATIONS A. Observation schedule: The Contract shall contact Owner's Authorized Representative a minimum of 48 hours (two working days) in advance to schedule required inspections. Observations are required as follows: 1. Inspection by palm tree expert approved by the Owner's Authorized Representative. Contractor shall contact, schedule, and pay for inspection. Contractor to coordinate inspection with palm tree expert, and submit copy of palm • • SP 22 of 101 ' tree expert's inspection approval to the Owner's Authorized Representative for approval prior to ' delivering palms to site. 2. Observation by Owner's Authorized Representative: All palms will be observed by the Owner's Authorized ' Representative prior to delivery for height, girth, and overall form in meeting design intent. Said observation and approval does not constitute a review of the palm's health, vigor, and required health -free state after delivery, for which the Contractor is solely responsible. 1 3. Inspections and /or observations required: a. On -site inspection prior to delivery of new /additional ' palm tree source for conformance to specifications. b. On -site inspection prior to digging of existing/ relocated palm trees for approval of palms health. Any tree suspected of having a disease shall not be used. c. On -site inspection of all equipment to be used in the removal, backfill, and replacement of palm trees. d. Inspection and approval of palm tree locations prior to digging pits. ' e. Inspection of palm - planting operations in place. f. Inspection for final acceptance and release from maintenance. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS A. Exercise extreme care in excavating planting, or working near existing utilities, or irrigation systems. Contractor shall be responsible for damage to utilities which are caused by his operations or neglect. Check existing utility drawings and as- built plans for existing utility and irrigation locations. B. Replace all plant materials disturbed by excavation, planting or replanting. After tree is in place, blend planting or ground ' cover or turf with existing (as applicable). PALM BACKFILL SOIL Backfill amendments shall be composed of sharp washed plaster sand, with little or no clay or silt (less than 10 percent) and no chemical characteristics injurious to new rooting and the growth of the palms. Sand shall be water jetted during the backfilling operation. FERTILIZER ' A. Root Growth Stimulant: Stimulant shall be Vitamin B -1 as manufactured by Cal- liquid, Cooke, Chican, Ortho, or approved equal. B. Fertilizer will not be used at time of planting. After four months use a light application of 20 -10-5 fertilizer approved ' by Owner approximately 1/2 lb. nitrogen per tree cultivated into the soil. h I 1 • • SP 23 of In PLANTING SEQUENCE A. Locate and tag palm trees at source for observation and approval by (1) palm tree expert for disease and (2) Owner's Representative for design intent. B. Plant palm trees as specified. C. Provide guarantee statements and final inspection approval. ' JOB CONDITIONS Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted practice. SAMPLES AND TESTS The Owner's Authorized Representative reserves the right to take and analyze samples of materials for conformity to specifications at any time. Contractor shall furnish samples upon request by the Owner's Authorized Representative. Rejected materials shall be immediately removed from the site ' at Contractor's expense. Cost of testing of materials not meeting specifications shall be paid by Contractor. PALM BACKFILL SOIL Backfill amendments shall be composed of sharp washed plaster sand, with little or no clay or silt (less than 10 percent) and no chemical characteristics injurious to new rooting and the growth of the palms. Sand shall be water jetted during the backfilling operation. FERTILIZER ' A. Root Growth Stimulant: Stimulant shall be Vitamin B -1 as manufactured by Cal- liquid, Cooke, Chican, Ortho, or approved equal. B. Fertilizer will not be used at time of planting. After four months use a light application of 20 -10-5 fertilizer approved ' by Owner approximately 1/2 lb. nitrogen per tree cultivated into the soil. h I 1 • 0 SP 24 of 101 INSTALLATION PALM TREE SOURCE AND PREPARATION FOR PLANTING ' A. Obtain source of new palms for inspection and approval by Owner's Authorized Representative. B. Submit documentation and permits (if required) that the ' source of palm trees has been approved. It is the Contractor's responsibility to obtain palms from an approved source and replace or repair damage from palm tree removal (if ' applicable). C. New palms collected for planting shall be grown under ' climatic conditions similar to those in locality of this project. D. All palms (whether existing to be relocated or new) shall be inspected by the Owner's Representative to include health, defronding, tying and palm removal. Any palms rendered unsuitable for planting because of this inspection shall not be used. Reinspection of suitable palms will be at the cost of the Contractor. I E. All new palms must be tagged, inspected, and approved at one location, by the Owner's Authorized Representative for planting prior to shipment and installation. Contractor shall assume full responsibility for all costs necessary for failure to follow procedures herein. ' F. Defronding and Tying: 1. In preparing palm trees for relocation, all dead fronds shall be removed and the entire trunk skinned clean with linoleum knives to the height of the green fronds, consistent for all trees. Care shall be taken to prevent injury to the trunk of the tree. Green fronds below a horizontal position shall be neatly cut off, leaving a 4" stub. 2. All remaining fronds above horizontal shall be lifted up and tied together in two locations around the crown in an upright position. Due caution shall be taken not to bind ' or injure the crown. A lightweight cotton rope or cord, not less than 1/4" diameter, shall be used in tying up the fronds; wire will be not be permitted. After tying, the tips ' of the fronds shall be "hedged -off" above the crown approximately 1/4 to 1/2 of the frond length. Defronding and tying work shall be completed prior to digging the • • SP 25 of 101 rootball. Submit documentation that palms have been reviewed by a licensed horticulturist or qualified plant pathologist. Documentation shall indicate palms are disease free. ' G. Digging the Rootball: 1. When digging out the rootball, no excavation shall be done closer than 24" to the trunk at ground level and the excavation shall extend below the major root system to a minimum depth of six (6) feet. The bottom of the rootball shall be cut off square and perpendicular to the trunk below the major root system. Under no conditions shall the Contractor cut down the size of the rootball in width or depth. 2. The Contractor shall not free -fall, drag, roll, or abuse the tree or put a strain on the crown at any time. A protective device shall be used around the trunk of the tree while lifting and relocating so as not to scar or skin the trunk in any way. This device shall consist of multiple layers of burlap or carpet and lumber sufficiently sized to withstand the cable /choker pressure. If palm is laid down, support trunk of palm with wood blocks so head is elevated off Iground. H. Palm Storage If storage is necessary prior to planting, the palms may be left lying horizontally on the ground (as described above) with the rootball completely covered from sunlight. The rootball ' must be kept moist by the application of water, either by an efficient drip system or spray system. The combination of wrapping the rootball with two (2) layers of burlap and the application of wood chip shavings is the recommended procedure for conserving moisture in the rootball. Palms shall not be left lying in one position for more than thirty (30) days without rotating the trunk 180 degrees. At no time will palms be balled out and laid directly on the ground with rootball left exposed to direct sunlight and air. The rootball shall be kept moist and shaded at all times. PLANTING OF PALMS A. Secure approvals, including backfill inspection prior to ' planting. I • • SP 26 of 101 ' B. Perform actual planting only when weather and soil conditions are acceptable. ' C. Care shall be taken in lifting the trees so that there will not be scarring or damage to the tree trunk, the crown or the rootball. D. Prior to excavation of the pits, verify alignment with the Engineer who has marked location of the trees as per plan. E. All excavated holes shall have vertical sides with roughened surfaces and shall be of a size that is approximately twice the diameter and depth of the rootball. palms may be lowered one (1) foot maximum deeper into the ground than the original grade line for the palms. F. The backfill below the rootball shall be compacted sufficiently to prevent the rootball from sinking. G. Center palm in pit and align with other palms. H. Set palm in planting pit and backfill with 100 percent washed sand holding palm in plumb position with crane while sand is "jetted" with water hose around rootball. I. Root stimulant (Vitamin Bl) shall be applied after the backfilling operation is completed. Stimulant shall be poured full strength equally distributed around the rootball, and water jetted into the backfill. J. Excess soil generated from the planting holes, and not used as backfill or in establishing the final grades, shall be removed from the site at Contractor's expense. K. Trunks shall not be excessively buried to assure palm stability. Burying the palm trunk shall not exceed one (1) foot. Digging a large ball will help secure its stability. 1 L Protect all areas from excessive compaction when trucking plants or other material to the planting site. ' M. Build 8" high earth watering basin above perimeter of rootball and fill with water as needed to permit water to percolate through entire rootmass. N. Hand water palms until maintenance period is completed. I • • SP 27 of 101 O. Use a soil probe often to determine effectiveness of watering schedule, checking rootball soil moisture and to verify acceptable drainage within the planting pit. P. For use as a starting point only, a basic watering schedule could consist of bi- weekly watering in warm weather and bi- monthly watering in cooler weather. Q. Regular use of a soil probe provides essential information needed to fine tune your watering schedule to suit specific site conditions, seasonal changes in weather, etc. R. Install timed release palm spikes per City of Newport Beach Urban Forrester. CLEAN -UP Following planting work, all remaining excavation shall be backfilled and compacted in accordance with the requirements of the Owner's Authorized Representative. Burying of debris in holes will not be permitted. All excess soil and debris from the relocation work shall be disposed of off the site by the Contractor. This site shall be left neat and clean to the satisfaction of the Owner. MAINTENANCE The Contractor will be responsible for maintenance of all installed new palms and existing palms for a period of 120 calendar days or until field acceptance of the total project, which ever occurs last. Maintenance will include weekly water ' management to include soil probing and observation of soil moisture, and palm tree pruning. Pruning will be done to maintain a neat appearance as approved by the Landscape Architect. Proposed pruning schedule will be submitted to the Landscape Architect for approval. 1 1 1 �_I • . SP 28 of 101 ' XVIII. IRRIGATION SYSTEM DESCRIPTION ' Scope of Work: Provide all labor, materials, transportation, and services necessary to furnish and install the Irrigation System as shown on the Drawings and described herein. QUALITY ASSURANCE & REQUIREMENTS A. Permits and Fees: The Contractor shall obtain and pay for any and all permits and all inspections required by permits. 'J CJ 1 L r [] [1 11 B. Manufacturer's Directions: Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in this Contract furnish directions covering points not shown in the Drawings and Specifications. C. Ordinances and Regulations: All local, municipal and state laws, and rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these Specifications, and their provisions shall be carried out by the Contractor. Anything contained in these Specifications shall not be construed to conflict with any of the above rules, regulations, or requirements. However, when these Specifications and Drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these Specifications and Drawings shall take precedence. D. Explanation of Drawings: 1. Due to the scale of the Drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. The work shall be installed in such a manner as to avoid conflicts between the irrigation system, planting, and architectural features. 2. All work called for on the Drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the Specifications. I 1 1 • SP 29 of 101 3. The Contractor shall not willfully install 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 Owner's Authorized Representative. In the event this notification is not performed, the Contractor shall assume full responsibility for any revision necessary. SUBMITTALS A. Material List: ' 1. The Contractor shall furnish the articles, equipment, materials, or processes specified by name in the Drawings and Specifications. No substitution will be allowed without prior written approval by the Owner's Authorized Representative. 2. Complete material list shall be submitted prior to performing any work. Material list shall include the manufacturer, model number, and description of all materials and equipment to be used. Although manufacturer and other information may be ' different, the following is a guide to proper submittal format: Item No. Description Manufacturer Model No. 1 BackFlow Preventer Febco 825Y 2 Automatic Controller Rainmaster Evolutions Series 3 Gate Valve Nibco T -113 ' 4 Etc. Etc. Etc. Irrigation submittal must be specific and complete. All ' items must be listed and should include solvent /primer, wire, wire connectors, valve boxes, etc. No copies of manufacturer's literature (catalog cuts) are required as submittal information. 3. The Contractor may submit substitutions for equipment and materials listed on the Irrigation Drawings by following procedures as outlined in these Irrigation Specifications. 1 11 1 • • SP 30 of 101 J 1 1 1 4. Equipment or materials installed or furnished without prior approval of the Owner's Authorized Representative may be rejected and the Contractor may be required to remove such materials from the site at his own expense. 5. Approval of any item, alternative 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. ' 6. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. ' B. Record Drawings: ' 1. The Contractor shall provide and keep up -to -date a complete record set of blueline ozalid prints which shall be corrected daily, showing every change from the ' original Drawings and Specifications and the exact installed locations, sizes, and kinds of equipment. Prints for this purpose may be obtained from the Owner's Authorized Representative at cost. This set of drawings shall be kept on the site and shall be used only as a record set. ' 2. These drawings shall also serve as work progress sheets and shall be the basis for measurement and payment for work completed. These drawings shall be available at all times for observation and shall be kept in a location designated by the Owner's Authorized Representative. Should the record blueline drawing progress sheets not be available for review or not be up -to -date at the time of any observation, it will be assumed no work has been completed and the Contractor will be assessed the cost of that site visit at the current billing rate of the Owner's Authorized Representative. No other observations shall take place prior to payment of that assessment. 3. The Contractor shall make neat and legible notations on the record drawing progress sheets daily as the work ' proceeds, showing the work as actually installed. For example, should a piece of equipment be installed in a location that does not match the plan, the Contractor must indicate that equipment has been relocated in a graphic manner so as to match the original symbols as indicated in the irrigation legend. The relocated l� u • 0 SP 31 of 101 ' equipment and dimensions will then be transferred to the original record drawing plan at the proper time. 4. Before the date of the final observation, the Contractor shall transfer all information from the "record drawing" prints to a sepia mylar or similar mylar material ' procured from the Owner's Authorized Representative. All work shall be in waterproof India ink and applied to the mylar by a technical pen made expressly for use on mylar material. Such pen shall be similar to those manufactured by Rapidograph, Kueffell & Esser, or Faber Castell. The dimensions shall be made so as to be easily readable even on the final controller chart. The original mylar "record drawing" plan shall be submitted to the Owner's Authorized Representative for approval ' prior to fabricating the controller chart. 5. The Contractor shall dimension from two (2) permanent points of reference, such as building corners, ' sidewalk edges, 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' along routing). ' e. Electric control valves. f. Routing of control wiring. ' g. Quick coupling valves. ' h. Other related equipment as directed by the Owner's Authorized Representative. 6. On or before the date of the final field observation, the ' Contractor shall deliver the corrected and completed sepias to the Owner's Authorized Representative. Delivery of the sepias will not relieve the Contractor of ' the responsibility of furnishing required information that may be omitted from the prints. ' • • SP 32 of 101 C. Controller Charts: 1. As -built drawings shall be reviewed by the Owner's Authorized Representative before controller charts are prepared. ' 2. Provide one controller chart for each controller supplied. 3. The chart shall show the area controlled by the automatic controller and shall be the maximum size which the controller door will allow. 4. The chart is to be a reduced drawing of the actual installed system. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. ' S. The chart shall be a blackline or blueline ozalid print and a different color shall be used to indicate the area of ' coverage for each station. 6. When completed and approved, the chart shall be ' hermetically sealed between two pieces of plastic, each piece being a minimum 10 mils. 7. These charts shall be completed and approved prior to the final field observation of the irrigation system. D. Operation and Maintenance Manuals: ' 1. Prepare and deliver to the Owner's Authorized Representative within ten calendar days prior to completion of construction, two hard - cover, three -ring binders containing the following information: ' a. Index sheet which states Contractor's name, address, and telephone number, and which lists each installed equipment and material item, including names and addresses of manufacturers' local representatives. ' D. Catalog and parts sheets on every material and equipment item installed under this Contract. . 11 1 c. Complete operating and maintenance instructions on all major equipment. ' • • SP 33 of 101 d. Guarantee statement. 2. 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 Owner's Authorized Representative at the conclusion of the that this project service has been rendered. ' E. Equipment to be Furnished: 1. Supply as a part of this contract the following tools: ' a. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. b. A minimum of two (2) five -foot keys for operation of gate valves. Provide two (2) keys for each type of operating device (2" operating nut, cross handle, etc.). c. Two (2) keys for each automatic controller. d. One (1) quick coupler key and matching hose swivel ' for every five (5) or fraction thereof of each type of quick coupling valve installed. 2. The above mentioned equipment shall be turned over to the Owner at the conclusion of the project. Before ' final observation can occur, evidence that the Owner has received these items must be shown to the Owner's Authorized Representative. ' PRODUCT DELIVERY, STORAGE, AND HANDLING Handling of PVC Pipe and Fittings: The Contractor is ' cautioned to exercise care in handling, loading, unloading, and storing PVC pipe and fittings. All PVC pipe shall be transported in a vehicle which allows the length of pipe to lie flat so as not to subject it to undue bending or a concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded, and if installed, shall be replaced with new piping. • • SP 34 of 101 ' SUBSTITUTIONS ' A. If the Contractor wishes to substitute any equipment or materials for the equipment or materials listed on the Drawings and Specifications, he may do so by providing the following information to the Owner's Authorized Representative for review: 1. Provide a statement indicating the reason for making the substitution. Use a separate sheet of paper for each item to be substituted. 2. Provide descriptive catalog literature, performance charts and flow charts for each item to be substituted. I 3. Provide the amount of cost savings if the substituted item is approved. ' B. The Owner's Authorized Representative shall have the sole responsibility in accepting or rejecting any substituted item as an approved equal to the equipment and materials ' listed on the Drawings and Specifications. GUARANTEE ' A. The guarantee for the irrigation system shall be made in accordance with the attached form. The General Conditions and Supplementary Conditions of these Specifications shall be filed with the Owner prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in the operations and maintenance manual. C. The guarantee form shall be re -typed onto the Contractor's letterhead and shall contain the following information: GUARANTEE FOR IRRIGATION SYSTEM We hereby guarantee that the irrigation system we have furnished and installed 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, 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 costs to the Owner. We shall I LI I • • SP 35 of 101 make such repairs or replacements within a reasonable time, as determined by the Owner, after receipt of written notice. In the event of our failure to make such repairs or replacements within a reasonable time after receipt of written notice from 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 therefore upon demand. PROJECT: LOCATION: ' SIGNED: ADDRESSED: PHONE: DATE OF ' ACCEPTANCE: PRODUCTS MATERIALS A. General: Use only new materials of brands and types noted ' on drawings, specified herein, or approved equals. B. PVC Pressure Main Line Pipe and Fittings: 1. Pressure main line piping for sizes 2" and larger shall be ' PVC Class 315. 2. Class 315 pipe shall be made from an NSF approved Type I, Grade I, PVC compound conforming to ASTM ' resin specification D1784. All pipe must meet requirements as set forth in Federal Specification PS-22- 70, with an appropriate standard dimension (S.D.R.) (Solvent -weld Pipe). 3. Pressure main line piping for sizes 1 -1/2" and smaller shall be PVC Schedule 40 with solvent welded joints. 4. Schedule 40 pipe shall be made from NSF approved Type I, Grade I PVC compound conforming to ASTM ' resin specification D1785. All pipe must meet requirements as set forth in Federal Specification PS-21- 70. I ' • 0 SP 36 of 101 ' 5. PVC solvent -weld fittings shall be Schedule 40, 1 -2, II -I NSF approved conforming to ASTM test procedure ' D2466. 6. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. ' C. PVC Non - Pressure Lateral Line Pipe and Fittings: 1. Non - pressure buried lateral line piping shall be PVC ' Class 200 with solvent -weld joints when installed in planting areas. 2. Non- pressure lateral line piping installed under paved areas shall be PVC Schedule 40 with solvent welded joints. ' 3. Pipe shall be made from NSF approved, Type I, Grade II PVC compound conforming to ASTM resin specification D1784. All pipe must meet requirements set forth in Federal Specification PS -22 -70 with an appropriate standard dimension ratio. 4. Except as noted in paragraphs 1, 2, and 3 of this section, all requirements for non - pressure lateral line pipe and fittings shall be the same as for solvent -weld pressure ' main line pipe and fittings as set forth in section B of these Specifications. lJ 7. All PVC pipe must bear the following markings: ' a. Manufacturer's name b. Nominal pipe size ' C. Schedule or class d. Pressure rating in P.S.I. e. NSF (National Sanitation Foundation) approval ' f. Date of extrusion 8. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. ' schedule and NSF seal of approval. ' C. PVC Non - Pressure Lateral Line Pipe and Fittings: 1. Non - pressure buried lateral line piping shall be PVC ' Class 200 with solvent -weld joints when installed in planting areas. 2. Non- pressure lateral line piping installed under paved areas shall be PVC Schedule 40 with solvent welded joints. ' 3. Pipe shall be made from NSF approved, Type I, Grade II PVC compound conforming to ASTM resin specification D1784. All pipe must meet requirements set forth in Federal Specification PS -22 -70 with an appropriate standard dimension ratio. 4. Except as noted in paragraphs 1, 2, and 3 of this section, all requirements for non - pressure lateral line pipe and fittings shall be the same as for solvent -weld pressure ' main line pipe and fittings as set forth in section B of these Specifications. lJ ' , • SP 37 of 101 ' D. Brass Pipe and Fittings: 1. Where indicated on the Drawings, use red brass screwed ' pipe conforming to Federal Specification #WW -P -351. 2. Fittings shall be red brass conforming to Federal tSpecification #WW- P-460. E. Copper Pipe and Fittings: 1. Pipe: Type K, hard tempered ' 2. Fittings: wrought copper, solder joint type 3. Joints shall be soldered with silver solder, 45% silver, 15% copper, 16% zinc, 24% cadmium, solidus at 1125° F. ' and liquidus at 1145° F. ' F. Gate Valve: 1. Gate valves 3" and smaller shall meet the following ' requirements: a. Gate valve shall be 125 lb. SWP bronze gate valve ' with screw -in bonnet, nonrising stem, and solid wedge disc. ' b. Gate valve shall have threaded ends and shall be equipped with a bronze handwheel. c. Gate valve shall be similar to those manufactured by ' Nibco or approved equal. 2. All gate valves shall be installed per installation details. G. Quick Coupling Valve: 1. Quick coupling valves shall have a brass, two-piece body designed for working pressure of 150 P.S.I. ' 2. Quick coupling valve shall be operable with a quick coupler key. Key size and type shall be as shown on the Drawings. ' • • SP 38 of 101 ' H. Backflow Prevention Unit: 1. Backflow prevention unit shall be of size and type indicated on the irrigation drawings. Install backflow prevention unit in accordance with irrigation construction details. ' 2. Wye strainer at backflow prevention unit shall have a bronzed screwed body with 60 mesh monel screen and ' shall be similar to Bailey #100B or approved equal. 3. All pressure main line piping between the point of connection and the backflow preventer shall be installed as required by local code. The Contractor shall verify with the local governing body as to material type and installation procedures prior to start of construction. ' Submit shop drawing for approval. ' I. Check Valve: 1. Swing check valves 2" and smaller shall be 200 pound ' W.O.G. bronze construction with replaceable composition, neoprene, or rubber disc and shall meet or exceed Federal Specification WW- V -51D, Class A, Type ' IV. 2. Anti -drain valves shall be of heavy duty virgin PVC construction with F.I.P. thread inlet and outlet. Internal ' parts shall be stainless steel and neoprene. Anti -drain valve shall be field adjustable against drawout from 5 to 40 feet of head. Anti -drain valve shall be similar to the Valcon "ADV" or approved equal. J. Control Wiring: ' 1. Wire requirements are as follows: t a. Unless otherwise noted, connections between an automatic controller and its corresponding electric control valves shall be made with direct burial ' copper wire AWG -U.F. 600 volt. b. Control wiring installed in control wire conduit ' within structure shall be made with AWG -TW solid copper wire. 11 0 • SP 39 of 101 ' c. Pilot wires shall be a different color wire for each automatic sprinkler valve. Common wires shall be white with a different color stripe for each automatic controller. d. Install in accordance with valve manufacturer's ' specifications and wire chart. In no case shall wire size be less than #14. t 2. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. 3. Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten (10) 1 feet. 4. An expansion curl shall be provided within three (3) feet of each wire connection. Expansion curl shall be of ' sufficient length at each splice connection at each electric control valve, so that in case of repair, the valve ' bonnet may be brought to the surface without disconnecting the control wires. Control wires shall be laid loosely in trench without stress or stretching wire ' conductors. 5. All splices shall be made with Rainbird Snap -Tice wire connectors, or approved equal. Make only one splice ' with each connector sealing pack. 6. Field splices between the automatic controller and electric control valves will not be allowed. K. Automatic Controller: ' 1. Automatic controller(s) shall be of size and type shown on the Drawings. 2. Final location of automatic controller(s) shall be approved by the Owner's Authorized Representative. 3. Unless otherwise noted on the Drawings, the 120 volt electrical power to each automatic controller location is to be furnished by others. The final electrical hook -up ' shall be the responsibility of the Contractor. li 1 r, L 1 1 [,I M 0 0 SP 40 of 101 4. Unless noted on the Drawings as being "wall- mounted," each automatic irrigation controller shall be included as a component part of the specified stainless steel vandal - resistant controller enclosure assembly. See section P for additional information. 5. The stainless steel back board shall be bolted to the housing to provide a base for mounting the controller and terminal strip. 6. Enclosure assembly shall be equipped with a 117 volt duplex box with an On /Off switch, and 117 volt receptacle. The Contractor shall provide metal conduit run from the 117 volt supply to the controller assembly. All power within the housing shall be properly phased. 7. Enclosure assembly shall include a prewired terminal. - strip clearly indicating the proper points of connection of all appropriate wiring (station valves, master valve, common, central control.) 8. Enclosure assembly shall include a terminal strip with clearly marked positions for one rain check device, and three moisture sensing devices. The terminal strip shall be wired through four clearly marked On /Off switches mounted on the face of the controller to provide sensing bypass capability. 9. Upon final inspection of the project, the Irrigation Contractor shall provide for the Owner a 'Job Site Equipment Inspection and 5 year Warranty Certification" letter from the enclosure manufacturer. This letter shall include verification of conformance with specifications and installation recommendations, site inspection date and shall list all assemblies covered under the 5 year warranty. Electric Control Valve: 1. All electric control valves shall be the same size and type shown on the Drawings. 2. All electric control valves shall have a manual flow adjustment. 3. Provide and install one control valve box for each electric control valve. • . SP 41 of 101 ' N. Valve Box: ' 1. Use 10" x 10-1/4" round box for all gate valves, Carson Industries #910 -12B with bolt -down green cover or approved equal. Extension sleeve shall be PVC with minimum size of six (6) inches. 2. Use 9 -1/2" x 16" x 11" rectangular box for all electric control valves, Carson Industries #1419 -12B with green bolt -down cover or approved equal. 3. Use 10" diameter x 10 -1/4" deep round plastic valve box for all quick coupling valves, Carson Industries #910 -12B with green bolt -down cover or approved equal. ' O. Sprinkler Head: 1. All sprinkler heads shall be of the same size, type, and deliver the same rate of precipitation with the diameter ' (or radius) of throw, pressure, and discharge as shown on the Drawings and /or as specified herein. 2. Spray heads shall have a screw adjustment. ' 3. Riser units shall be fabricated in accordance with the installation details. 4. Riser nipples for all sprinkler heads shall be the same ' size as the riser opening in the sprinkler body. 5. All sprinkler heads of the same type shall be by the same manufacturer. P. Identification Tag: 1. I.D. tags for electric control valves shall be manufactured from Polyurethane Behr Desopan. Use ' Christy's standard tag hot - stamped with black letters on yellow background. Tags shall be numbered to match programming shown on the Drawings. Provide one tag ' for each electric control valve. 2. I.D. tags for quick coupling valves shall be manufactured from Polyurethane Behr Desopan. Use ' Christy's maxi tag, hot - stamped with black letters on purple background. Tags shall read "Warning - Unsafe Water - Do No Drink." Tag shall be printed in English on one side and Spanish on the other. Provide one tag for each quick coupling valve. 1 0 SP 42 of 101 ' 3. Special order tags from T. Christy Enterprises, 403 West Brenna Lane, Orange, CA 92667. Phone (714) 771 -4142 and Fax (714) 771 -3029. ' Q. Miscellaneous Irrigation Equipment: 1. Refer to the Drawings for sizes and types of miscellaneous irrigation equipment. t2. All miscellaneous irrigation equipment shall be as specified or approved equal. EXECUTION ' OBSERVATION OF SITE CONDITIONS A. All scaled dimensions are approximate. The Contractor shall check and verify all size dimensions and receive approval from the Owner's Authorized Representative prior to proceeding with work under this Section. ' B. Exercise extreme care in excavating and working near existing utilities. The Contractor shall be responsible for damages to utilities which are caused by his operations or neglect. Check existing utilities drawings for existing utility locations. ' C. 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, and ground covers. D. The Contractor shall carefully check all grades to satisfy ' himself that he may safely proceed before starting work on the irrigation system. 1 PREPARATION A. Physical Layout: 1. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of sprinkler heads. 2. All layout shall be reviewed by the Owner's Authorized Representative prior to installation. I 1, J 1 LJ • • SP 43 of 101 B. Water Supply: 1. The irrigation system shall be connected to water supply point(s) of connection as indicated on the Drawings. 2. Connections shall be made at the approximate location(s) shown on the Drawings. The Contractor is responsible for minor changes caused by actual site conditions. C. Electrical Supply: 1. Electrical connections for any and all automatic controllers shall be made to electrical point(s) of connection as indicated on the Drawings. 2. Connections shall be made at the approximate location(s) shown on the Drawings. The Contractor is responsible for minor changes caused by actual site conditions. ' INSTALLATION A. Trenching: 1. Dig trenches straight and support pipe continuously on bottom of trench. Lay pipe to an even grade. Trenching ' excavation shall follow layout indicated on the Drawings and as noted. 2. Provide for a minimum of eighteen (18) inches cover for all pressure supply fines of 2 1/2 -inch nominal diameter or smaller. 3. Provide for a minimum of twenty -four (24) inches cover for all pressure supply lines of 3 -inch nominal diameter or larger. 4. Provide for a minimum of twelve (12) inches for all non - pressure lines. 5. Provide for a minimum cover of eighteen (18) inches for all control wiring. 1 1 I ;J LI I 1 II 1 • • SP 44 of 101 B. Backfilling: 1. The trenches shall not be backfilled until all required tests are performed. Trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, or other approved materials, free from large clods of earth or stones. Backfill shall be mechanically compacted in landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas. Backfill will conform 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 one -half (1/2) inch in size will be permitted in the initial backfill. 3. Flooding of trenches will be permitted only with approval of the Owner's Authorized Representative. 4. If settlement occurs and necessitates adjustments in pipe, valves, sprinkler heads, lawn, plantings, or other installed work, the Contractor shall make all required adjustments without cost to the Owner. C. Trenching and Backfill Under Paving: 1. Trenches located under areas where paving, asphaltic concrete, or concrete will be installed, shall be backfilled with sand (a layer six [6] inches below the pipe and three [3] inches above the pipe) and compacted in layers to 95% compaction, using manual or mechanical tamping devices. Trenches for piping shall be compacted to equal the compaction of the existing adjacent undisturbed soil and shall be left in a firm unyielding condition. All trenches shall be left flush with the adjoining grade. The Contractor shall set in place, cap and pressure test all 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, it shall be done and replaced by the Contractor as a part of the Contract cost. Permission to cut or break sidewalks and /or concrete shall be obtained from the Owner's Authorized Representative. No hydraulic driving will be permitted under concrete paving. ' • • SP 45 of 101 3. Provide for a minimum cover of eighteen (18) inches 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. ' 5. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape or approved equal, shall be used 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 adapters into which the pipe may be welded. ' E. Conduit and Sleeves: 1. Coordination: Sleeving will be existing only when installed under another contract. For all other installations, provide materials and coordinate conduit ' and sleeve installation with other trades as required to facilitate smooth construction sequence. ' 2. Conduit: Furnish and install conduit where control wires pass under or through walls, walks and paving. Conduits to be of adequate size to accommodate ' retrieval for repair of wiring and shall extend 12 inches beyond edges of walls and pavement. D. Assemblies: 1. Routing of sprinkler irrigation lines as indicated on the Drawings is diagrammatic. Install lines (and various ' assemblies) in such a manner as to conform with the details per the Drawings. ' 2. Install NO multiple assemblies in plastic lines. Provide each assembly with its own outlet. ' 3. 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 Owner's Authorized Representative. 4. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust, and moisture before installation. Installation and solvent welding methods shall be as recommended by the pipe and fitting manufacturer. ' 5. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape or approved equal, shall be used 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 adapters into which the pipe may be welded. ' E. Conduit and Sleeves: 1. Coordination: Sleeving will be existing only when installed under another contract. For all other installations, provide materials and coordinate conduit ' and sleeve installation with other trades as required to facilitate smooth construction sequence. ' 2. Conduit: Furnish and install conduit where control wires pass under or through walls, walks and paving. Conduits to be of adequate size to accommodate ' retrieval for repair of wiring and shall extend 12 inches beyond edges of walls and pavement. • • SP 46 of 101 ' 3. Sleeving: Install sleeves for all pipes passing through or under walks and paving as shown on the Drawings. ' Sleeving to be of adequate size to accommodate retrieval of wiring or piping for repair and shall extend 12 inches beyond edges of paving or other construction. ' F. Line Clearance: All lines shall have a minimum clearance of six (6) inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. ' G. Automatic Controller Assembly: Install as per manufacturer's instructions. Electric control ' valves shall be connected to controller in numerical sequence as shown on the Drawings. ' H. High Voltage Wiring for Automatic Controller: 1. 120 volt power connection to the automatic controller ' shall be provided by the Contractor. 2. All electrical work shall conform to local codes, ' ordinances, and union authorities having jurisdiction. I. Electric Control Valves: I 1. Install each electric control valve in a separate valve box. 2. Install where shown on the Drawings. Where grouped together, allow at least twelve (12) inches between adjacent valve boxes. ' 3. Each valve number shall be heat branded on valve box lid with 1/2" tall letters. Branding unit available from Hydroscape Products, Inc., phone number (714) 639 -1850. J. 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, the control valves shall be opened and full head of water used to flush out the system. 1 LJ 11 ' • . SP 47 of 101 ' 2. Sprinkler heads shall be installed only after flushing of the system has been accomplished to the complete satisfaction of the Owner's Authorized Representative. K. Sprinkler Heads: 1. Install the sprinkler heads as designated on the Drawings. Sprinkler heads to be installed in this work shall be equivalent in all respects to those itemized. 2. Spacing of heads shall not exceed the maximum indicated on the Drawings. In no case shall the spacing exceed the maximum recommended by the ' manufacturer. 3. All sprinkler heads shall be set perpendicular to finish ' grade of the area to be irrigated unless otherwise designated on the plans. TEMPORARY REPAIRS ' The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the Owner shall not relieve the Contractor of his responsibilities under the terms ' of the guarantee as herein specified. ' EXISTING TREES Where it is necessary to excavate adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees ' and tree roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter, except directly in the path of ' pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying. Where a ditching machine is run close to trees having roots smaller than two (2) inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Roots one (1) inch and larger in diameter shall be painted with two coats of Tree Seal, or equal. Trenches adjacent to tree should be closed within twenty -four (24) hours; and where this is not possible, the side of the trench adjacent to the tree shall be kept shaded with burlap or canvas. I I I 1 0 ! SP 48 of 101 ' FIELD QUALITY CONTROL A. Adjustment of the System: 1. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. 2. If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, the Contractor shall make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of are as required. ' 3. Lowering raised sprinkler heads by the Contractor shall be accomplished within ten (10) days after notification by the Owner. ' 4. All sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the ' Drawings. B. Testing of the Irrigation System: ' 1. The Contractor shall request the presence of the Owner's Authorized Representative in writing at least 48 hours in advance of testing. ' 2. Test all pressure lines under hydrostatic pressure of 150 pounds per square inch and prove watertight. 1 Note: Testing of pressure main lines shall occur prior to installation of the electric control valves. ' 3. All be piping under paved areas shall tested under hydrostatic pressure of 150 pounds per square inch and proven watertight prior to paving. 4. Sustain pressure in lines for not less than two (2) hours. If leaks develop, replace joints and repeat test until ' entire system is proven watertight. ' S. All hydrostatic tests shall be made only in the presence of the Owner's Authorized Representative. No pipe shall be backfilled until it has been observed, tested, and ' approved in writing. 0 0 SP 49 of 101 6. Furnish necessary force pump and all other test equipment. 7. When the irrigation system is completed, perform a coverage test in the presence of the Owner's Authorized Representative 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 deviations from the Drawings, 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 Owner's Authorized Representative. This test shall be accomplished before any ground cover is planted. 8. Upon completion of each phase of work, the entire system shall be tested and adjusted to meet site requirements. MAINTENANCE A. The entire irrigation system shall be under full automatic operation for a period of seven (7) days prior to any planting. B. The Owner's Authorized Representative reserves the right to waive or shorten the operation period. CLEAN -UP ' Clean -up shall be made as each portion of work progresses. Refuse and excess dirt shall be removed from the site, all walks and paving shall be broomed or washed down, and any ' damage occurring to the work of others shall be repaired to original conditions. 1 FINAL SITE OBSERVATION PRIOR TO ACCEPTANCE A. The Contractor shall operate each system in its entirety for the Owner's Authorized Representative at time of final observation. Any items deemed not acceptable by the Owner's Authorized Representative shall be reworked to the complete satisfaction of the Owner's Authorized Representative. i� 1 11 0 0 SP 50 of 101 B. The Contractor shall show evidence to the Owner's Authorized Representative that the Owner has received all accessories, charts, record drawings, and equipment as required before final site observation can occur. SITE OBSERVATION SCHEDULE A. The Contractor shall be responsible for notifying the Owner's Authorized Representative in advance for the following observation meetings, 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 installation - 48 hours 6. Coverage test - 48 hours 7. Final site observation - 7 days B. When site observations have been conducted by a party other than the Owner's Authorized Representative, show evidence in writing of when and by whom these observations were made. C. No site observations will commence without record drawings. In the event the Contractor calls for a site visit without record drawings, without completing previously noted corrections, or without preparing the system for said visit, he shall be responsible for reimbursing the Owner's Authorized Representative at his current hourly billing rate, portal to portal (plus transportation costs), for the inconvenience. No further site observations will be scheduled until this charge has been paid and received. ' . • SP 51 of 101 ' XIX. SOIL PREPARATION ' SUMMARY A. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation, and services necessary for and incidental to performing all operations of the work of this section, complete, as shown on the drawings or specified herein. Work includes but is not ' necessarily limited to the following: 1. Fine grading. ' 2. Soil amendment. 3. Work related to other sections and required to be ' included as work under this section. B. Related Work in Other Sections: The work of other sections related to the work of this section includes but is not limited to the following: ' 1. Section XVII — Palm Tree Planting and Maintenance 2. Section XVIII — Irrigation Systems 3. Section XX — Trees and Shrubs 4. Section XXI — Landscape Establishment ' SUBMITTALS ' Submit manufacturer's or supplier's literature and samples in the following amounts: t Organic Amendments 1 pint for each type Chemical Additives 1 pint for each type Soil Mixes 1/2 pound for each type Sand 1/2 pound Agricultural Soils Report 3 copies QUALITY ASSURANCE A. Regulatory Requirements: Comply with applicable codes ' and regulations of governmental agencies having jurisdiction. Where those requirements conflict with this Specification, comply with the more stringent provisions. ' B. Certificates: Provide certificates as required by law for transportation and inspections of materials. Inspection and /or approval by governmental agencies does not preclude rejection of materials at project site. Ll 1 ' • • SP 52 of 101 C. Samples and tests: The Owner's Representative may at any time take samples of materials at the site and recommend to the Owner that the samples be tested for conformance to the Specifications. The Contractor shall cooperate in providing samples upon request. Materials not conforming to the Specifications shall be immediately removed from the site at the Contractor's expense. The costs of testing materials found not to conform to the Specifications shall be borne by the Contractor. DELIVERY, STORAGE, AND HANDLING t A. Delivery: Deliver all products to site in original unopened containers showing manufacturer's label; provide shipping invoice describing quality and amount of material not normally delivered in containers. B. Storage: Protect all materials on site from weather or ' other conditions that may damage the materials. SOILS TESTING ' A. Testing: A qualified testing laboratory, approved by the Owner, shall take a minimum of two (2) soil samples from two (2) typical tree locations representing different soil conditions at the site and perform tests for soil fertility as considered necessary. Contractor shall cooperate in making tests. ' B. Costs: The costs of soils testing will be paid by the Landscape Contractor. C. Testing Agency: Soils tests shall be conducted by Quality Landscape Services, tel. (714) 860 -1671, Mr. Wayne ' Morgan, or equal. SITE CONDITIONS A. Inspection: Examine finish grades and location and dimension of all related work and surfaces before starting work. Report to the Owner's Representative in writing ' any site conditions which prevent the proper provision of the work of this Section. ' B. Acceptance: Starting the work of this section without reporting unsuitable site conditions to the Owner's ' Representative shall constitute acceptance of site conditions by the Contractor. ' • • SP 53 of 101 C. Repair: Any repair or replacement of work required as a result of unsuitable site conditions not reported to the Owner shall be performed by the Contractor at no additional cost to the Owner. ' EXISTING PLANTS TO REMAIN Protect all existing palm trees and shrubs to remain. See ' Section XVII — Palm Tree Planting and Maintenance. NOTIFICATION AND ACCEPTANCE ' Notify Owner's Representative of completion of soil preparation and backfill mix preparation. Proceed with planting operations only after review of soil preparation work ' by Owner's Representative. PRODUCTS ' BACKFILL MIX 1 Soil mix for backfilling plants from containers and boxes shall consist of the following materials thoroughly mixed before placement. Note: this mix is included for bid purposes only; final mix specifications will be based upon soil fertility report based on tests conducted after finish grading has been completed. On -Site Soil: Organic Amendment: Iron Sulphate: Amonium Sulphate: P. A. M. Soil Drain Grow More Slow- Release 20 -10-5 Plant Tables or Equal TOPSOIL 6 parts by volume 2 parts by volume 2 lbs. per cubic yard of mix 1 lb. per cubic yard of mix 1 lb. per cubic yard 8 tablets per 5 gallon 16 tablets per 24" box A. Composition: Topsoil shall consist of fertile, friable well - drained soil of uniform quality free from subsoil, hard clods, stiff clay, hardpan, sods, stones over 1 inch in diameter, partially disintegrated debris, oils, chemicals, or other undesirable materials. Soil shall meet Class A topsoil specifications. A. Product: Organic amendment shall be based upon manure, compost, or sludge; wood residues, sawdusts, or shavings are not acceptable. Sand content shall be less than 2 %. The pH shall not be less than 5.0 or more than 7.5. The ECe shall be less than 8.0. B. Product: "Nitrohumus ", "Amend ", or "Gro- Mulch" by Kellog's Supply Company, or equal. ' CHEMICAL ADDITIVES A. Gypsum: Agricultural grade product containing 80% minimum calcium sulphate. B. Soil Sulphur: Agricultural grade sulphur containing a minimum of 96% sulphur. C. Ground Limestone: Agricultural limestone containing a ' minimum of 85% of total carbonates. D. Dolomite Lime: Agricultural grade mineral soil ' conditioner containing a minimum of 35% magnesium carbonate and a minimum of 49% calcium carbonate. E. Iron Sulphate: Commercial product containing 20 -30% iron derived from ferric and ferrous sulphate and 35-40% sulphur. 11 • • SP 54 of 101 ' B. Source: The source of all topsoil imported to the site shall be identified and approved by Owner's Representative. Such approval does not constitute a waiver of the need to perform tests or of the prerogative of the Owner's Representative to reject topsoil not conforming to the specifications. C. Weeds: Topsoil shall not contain seeds of obnoxious weeds such as bermuda grass, morning glory, sorrel, oxalis, spurge, annual poa, or nut grass. D. Parasites: Soils which have been used for agricultural purposes within 12 months prior to being brought to the site shall be tested for parasitic nematodes. Nematode population shall be less than 200 per 50 cubic centimeters of soil. E. Herbicides: Perform a germination/ growth test on all ' soils suspected of herbicide contamination. ORGANIC AMENDMENTS A. Product: Organic amendment shall be based upon manure, compost, or sludge; wood residues, sawdusts, or shavings are not acceptable. Sand content shall be less than 2 %. The pH shall not be less than 5.0 or more than 7.5. The ECe shall be less than 8.0. B. Product: "Nitrohumus ", "Amend ", or "Gro- Mulch" by Kellog's Supply Company, or equal. ' CHEMICAL ADDITIVES A. Gypsum: Agricultural grade product containing 80% minimum calcium sulphate. B. Soil Sulphur: Agricultural grade sulphur containing a minimum of 96% sulphur. C. Ground Limestone: Agricultural limestone containing a ' minimum of 85% of total carbonates. D. Dolomite Lime: Agricultural grade mineral soil ' conditioner containing a minimum of 35% magnesium carbonate and a minimum of 49% calcium carbonate. E. Iron Sulphate: Commercial product containing 20 -30% iron derived from ferric and ferrous sulphate and 35-40% sulphur. 11 0 • SP 55 of 101 F. Sulphate of Potash: Agricultural grade containing at least 50% water - soluble potash. G. Ammonium Sulphate: Commercial product containing approximately 21% ammonia. H. Ammonium Nitrate: Commercial product containing approximately 34% ammonia. I. Calcium Nitrate: Agricultural grade containing at least 15% nitrogen. J. Iron Sequestrene: Geigy Iron Sequestrene 330 Fe. K. Single Superphosphate: Commercial product containing at least 20% available phosphoric acid. L. Urea Formaldehyde: Granular commercial product containing at least 38% nitrogen. M. I.B.D.U. (Isobutyldiene Diurea): Commercial product containing 31% nitrogen. N. P. A. M. Soil Drain: As supplied by the Complete Green Company, 2066 Westwood Blvd., Los Angeles, California 90025, tel. (213) 475 -3664. COMMERCIAL FERTILIZERS ' Commercial balanced fertilizer delivered to site in unopened bags with manufacturer's guaranteed analysis. Composition as follows: 11 Nitrogen 6% Phosphoric acid 20% Potash 20% 11 I 1 11 [1 I 1 [1 1 • • SP 56 of lol FINE SAND A. Physical Properties: Grain size shall meet the following: Percent passing 100 95 -100 65 -100 0 -50 0 -20 0 -5 B. Chemical Properties: Sieve size 4.76 nun ( #4) 1.00 mm ( #18) 500 micron ( #35) 250 micron ( #60) 105 micron ( #140) 53 micron ( #270) 1. Salinity: the saturation extract conductivity shall not exceed 3.0 millimhos /cm at 25° C. 2 Boron: The concentration in the saturation extract shall not exceed 1.0 ppm. 3. Sodium: The sodium adsorption ratio (SAR) as calculated from analysis of the saturation extract shall not exceed 6.0. WATER Clean, fresh, and potable, furnished and paid for by Owner. EXECUTION GENERAL A. Dust: Employ dust suppression measures as required during the work to minimize or prevent dust nuisance on or about the site. Ensure that such measures are adequate to prevent dust nuisance during days or periods of time when work is halted on the site. B. Moisture Content: Do not work soil when moisture content is so great that excessive compaction will occur or when soil is so dry that clods will not break readily. Apply water if necessary to bring soil to an optimum moisture content. 0 0 SP 57 of 101 J C. Notification: Submit in writing descriptions of any ' subsurface obstructions, grading, or drainage conditions that do not conform to the Drawings and Specifications or ' may preclude the proper carrying out of the work of this Section. Submit in writing descriptions of any conditions that may be detrimental to plant growth or survival. If ' appropriate, submit estimate of the cost of correcting such conditions. Do not proceed with work until such conditions have been corrected or until Owner has acknowledged receipt of notification and has directed Contractor to proceed without correcting such conditions. WEED CONTROL ' Before preparing soil for planting, germinate and destroy weed 1 seed on all portions of the site to be planted by watering sufficiently for thirty days to encourage weeds to sprout and ' then killing and removing weeds before they have set seed. completed. CONDITIONING OF EXISTING SOIL J A. Verification of Grades: Allowing for displacement of ' backfill mix required for shrub and tree planting, verify that existing grades are within 1 inch plus or minus of the ' required finish grades. B. Cultivation: Rip or cultivate all planting areas, except areas in the root zone of existing trees to remain, to a ' depth of 12 inches immediately prior to amending soil. Hand cultivate areas in the root zone of existing trees to remain to a depth of not more than 2 inches. C. Soil Amendment in Non - Hydroseeded Areas: Apply the following amendments at the following application rates ' per 1,000 square feet. Note: these amendments and rates are included for bid purposes only; final amendment specifications will be based upon soil fertility report based ' on tests conducted after finish grading has been completed. Amendment Rate per 1,000 SF) Organic amendment 1.5 cubic yards Ammonium phosphate 18 -46 -0 10 pounds ' Agricultural gypsum 50 pounds Urea formadehyde 10 pounds P. A. M. Soil Drain 15 pounds J ' • 0 SP 58 of 101 D. Mixing: Thoroughly and uniformly mix amendments into the top 6 inches of soil with a mechanical tiller except in areas under existing trees to remain where soil should be hand cultivated with a flexible rake. E. Curing: Irrigate the soil to a depth of at least 6 inches, ' allow soil to dry, and till the soil again to a depth of at least 6 inches and bring soil to finish grades prior to planting or hydroseeding. Do not work soils under muddy conditions. CONDITIONING OF AREAS TO RECEIVE IMPORTED TOPSOIL A. Verification of Grades: Allowing for displacement of backfill mix required for shrubs and tree planting, verify that subgrades for the installation of imported topsoil have been correctly established at the depth below finished grade indicated on the Drawings. B. Cultivation: Rip or cultivate subgrade to a depth of six ' inches immediately prior to placing topsoil. C. Placing of Topsoil: Place lightly moistened topsoil to bring entire area to finished grade. Compact topsoil to ' eliminate air pockets and to prevent any settling after planting and irrigation. ' D. Soil Amendment, Mixing, and Curing: as in C above. FINE GRADING Before planting the top 2 inches of soil shall be free of all wire, plaster, sticks, stones, and other debris that could be a hindrance to planting or maintenance. The surface shall be rolled and raked lightly until the surface is smooth, friable, and of uniform fine texture. All final grades shall be 1 inch below surface of adjacent paved areas, sidewalks, valve boxes, headers, clean -outs, drains, manholes, etc., or as indicated on plans. CLEAN -UP Take care during the work not to stain or damage adjacent ' paving, site walls, or building surfaces. Remove all debris from site. • • SP 59 of 101 XX. TREES AND SHRUBS GENERAL SUMMARY A. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation, and services necessary for and incidental to performing all operations of the work of this section, complete, as shown on the drawings or specified herein. Work includes but is not necessarily limited to the following: 1. Protection of existing trees to remain. 2. Planting of trees, shrubs, vines, and groundcover. 3. Staking and guying of trees. 4. Work related to other sections and required to be included as work under this section. B. Related Work in Other Sections: The work of other ' sections related to the work of this section includes but is not limited to the following: II 1. Section XVII — Palm Tree Planting and Maintenance 2. Section XVIII — Irrigation Systems 3. Section XIX — Soil Preparation 4. Section XXI — Landscape Establishment REFERENCES The latest editions of the following: A. "American Standard for Nursery Stock" — American Association of Nurserymen, Inc. (AAN) B. "Standardized Plant Names" — American Joint Committee on Horticulture Nomenclature (AJCHN). C. "Hortus IIP' — Bailey Hortatorium, Cornell University. D. "An Annotated Checklist of Woody Ornamental Plants of California, Oregon and Washington (Number 4091) ", McClintock and Leiser, Division of Agricultural Sciences, University of California. 1 i QUALITY ASSURANCE • SP 60 of 101 A. Regulatory Requirements: Comply with applicable codes and regulations of governmental agencies having jurisdiction. Where those requirements conflict with this ' Specification, comply with the more stringent provisions. B. Certificates: Provide certificates as required by law for ' transportation and inspections of materials. Inspection and /or approval by governmental agencies does not preclude rejection of materials at project site. ' C. Samples and tests: The Owner's Representative may at any time take samples of materials at the site and ' recommend to the Owner that the samples be tested for conformance to the Specifications. The Contractor shall cooperate in providing samples upon request. Materials not conforming to the Specifications shall be immediately ' removed from the site at the Contractor's expense. The costs of testing materials found not to conform to the Specifications shall be borne by the Contractor. DELIVERY, STORAGE, AND HANDLING A. Delivery of Plants: Notify Owner's Representative 15 ' days in advance of delivery of all plant materials and submit an itemized list of plants in each delivery. ' B. Transportation of Plants: Protect all plants from damage during transportation and at the site. Do not pick up container plants by trunks or stems. Do not drop plants. Do not bind or handle plants with wire or rope. ' C. Labeling of Plants: Deliver plants to site with legible identification labels stating correct plant name and name of grower. D. Storage: Protect all materials on site from weather or other conditions that may damage or impair the effectiveness or appearance of the material. ' 1. Protect plants from excessive exposure to sun and provide sufficient water to ensure that roots do not entirely dry out in containers. 2. At Contractor's option, spray materials with anti- , desiccant immediately before transporting to site. Apply an adequate film over trunks, branches, twigs, and foliage. • 0 SP 61 of 101 SITE CONDITIONS ' A. Inspection: Examine finish grades and location and dimension of all related work and surfaces before starting work. Report to the Owner's Representative in writing any site conditions which prevent the proper provision of the work of this Section or which would be detrimental to the growth of plant material. ' B. Acceptance: Starting the work of this section without reporting unsuitable site conditions to the Owner's Representative shall constitute acceptance of site conditions by the Contractor. 1 C. Repair: Any repair or replacement of work required as a ' result of unsuitable site conditions not reported to the Owner shall be performed by the Contractor at no ' additional cost to the Owner. SOILS TESTING ' Planting shall conform to the recommendations of the agronomic soils report. See Section XIX — Soil Preparation. ' EXISTING PLANTS TO REMAIN (PALM TREES) A. Protection: Before beginning work, provide barricades, ' fences, or other barriers as necessary at the drip line of existing plants to remain to protect them from damage during the work. ' B. Damaged Plants: Replace existing plants to remain which are damaged during the work with accepted plants of the ' same species and size as those damaged at no cost to the Owner. Owner's Representative will determine extent of damage and value of damaged plants. Arrange C. Watering: with owner to supply adequate irrigation water during construction to all existing plants to remain. 1 ' • • SP 62 of 101 ' SELECTION, TAGGING, AND ORDERING OF PLANT MATERIAL t A. Documentation: Contractor shall be responsible for obtaining all plant materials as shown on the Drawings. Submit documentation within 30 days of award of ' Contract that all plant materials have been ordered. Arrange procedure for inspection of plant materials by Owner's Representative at time of submission. B. Inspection: Owner's Representative shall review and inspect plant materials for quantity, condition, and ' conformance to specifications. 1. Time of Inspection: All plant materials shall be subject to review by the Owner's Representative at any ' time after confirmation that the materials have been ordered. ' 2. Place of inspection: Materials may be reviewed at the place of growth or upon delivery to the project site. ' For inspection of plants at the place of growth, Contractor shall submit a written request to the Owner's Representative stating the place of growth and species, quantity, and size of plants to be inspected. ' Owner's Representative reserves the right to refuse inspection if in his opinion a sufficient quantity of materials is not available for inspection. C. Substitutions: Contractor shall be responsible for obtaining all materials shown on the Drawings. If any ' plant specified is not obtainable, notify Owner in writing no later that 30 days after award of Contract. A proposal will be considered for use of the nearest equivalent size or ' species with corresponding adjustment of Contract price. Substitution of plant material will not be permitted. D. Distant Material: Submit photographs which include a person adjacent to plants for review by Owner's Representative. Such review shall not impair the right of further review and rejection during the work. E. Rejection of Materials: Upon inspection of materials at the place of growth, after delivery to the site, or at any ' time during the course of the work, the Owner's Representative may recommend to the Owner the rejection of materials as not conforming to specifications. The Owner reserves the right to reject materials and have 9 . SP 63 of 101 ' them replaced at no extra cost with materials conforming to the specifications. PLANT ESTABLISHMENT ' An establishment (maintenance) period will run from completion of work until Final Acceptance during which the Contractor shall be responsible for maintaining the plants in a healthy and thriving condition. See Section XXI — Landscape ' Establishment. WARRANTY A. Period: All plant materials installed under this Contract shall be warranted to remain in a healthy and flourishing ' condition of active growth for the following period from date of Final Acceptance: ' 1. Trees 1 year 2. Shrubs 1 year ' B. Delays: All delays in completion of planting operations or delays which extend the date of Final Acceptance shall extend the Warranty Period correspondingly. C. Condition of Plants: Plants shall be free at all times of dead or dying branches and branch tips, with all foliage of ' a normal density, size, and color. D. Exclusions: Contractor shall not be held responsible for failure or plants to survive or thrive due to neglect by ' Owner, vandalism, or other causes not under the control of Contractor. Contractor shall report all such conditions to the Owner. REPLACEMENTS ' Any plant materials that are rejected by the Owner or fail to survive and thrive during the establishment and warranty period shall be replaced at no cost to the Owner within 15 days ' of written notification by the Owner. Replacement plants shall be of the same species as original plants and of a size closely approximating the size of the plant if normal growth had ' occurred since the original planting. Replacement plants shall be subject to the same reviews and inspections as plants initially installed. ' • • SP 64 of 101 ' PRODUCTS PLANT MATERIALS A. Appearance: All plants shall be heavy, symmetrical, ' densely foliated when in leaf, and superior in form. Branching plants shall have multiple branches and be tightly knit and compact in form. Trees shall be straight and have single leaders unless otherwise specified. Unsymmetrical plants or plants having abrasions of the bark, sunscalds, or disfiguring knots will be rejected. B. Species: All plants shall be true to species and variety. C. Growing Conditions: 1. Source: Plants shall be nursery grown in accordance with good horticultural practices under climatic conditions similar to those at the project site. 2. Vigor: All plants shall be sound, healthy, and vigorous. They shall be free of disease, insect pests, eggs, and larvae. They shall have healthy, well - developed root systems. They shall be free from damage. 3. Container Stock: All plants grown in containers shall have been in the containers in which they are delivered to the site for a period of at least six (6) months but not longer than two (2) years. Samples ' must prove to be free of kinked, circling or girdling roots and with no evidence of being root bound. Root bound plants will be rejected. Plants taken from containers and showing cracked or broken balls of ' earth will be rejected. D. Size: Plants shall be of at least a normal size for the species and size of container indicated on the Drawings. Plants shall possess a normal balance of height and spread. Plants larger than specified may be used if acceptable to the Owner's Representative, but the use of such larger plants shall be at no additional cost to the Owner. E. Quantities: The numbers of plants called out on the Drawings are provided for the convenience of the ' Contractor only. Quantities drawn are the final authority, and plants shall be furnished and installed as drawn. ' SP 65 of 101 ' F. Pruning: Plants shall be delivered to the site and installed before being pruned, if pruning is required. Plants showing evidence of fresh cuts of limbs or foliage will be rejected. For pruning after installation see Section XXI — Landscape Establishment. COMMERCIAL FERTILIZER ' Commercially available granular fertilizer having the following composition: Nitrogen 16% ' Phosphoric Acid 6% Potash 8% r1I II r-, �J TREE STAKING AND GUYING MATERIALS A. Stakes: Galvanized pipe. Flattened at bottom, capped at top. Paint entire length with black weather proof paint. Provide 2 -inch diameter by 10 feet long pipe (refer to typical tree planting detail). B. Ties: Rubber or plastic hose protected. 10- gallons galvanized wire. ROOT CONTROL BARRIERS ' A. To be by Deep -Root Universal Barrier Planter #UB24 -2, or equal. B. Material: to be polypropylene plastic material. Thickness: .080. C. Injected Molded: Root deflecting ribs and ground lock 'tabs/ ultraviolet stabilizers added. D. Joiner Type: Molded, self locking joiner (no gluing required.) ANTI - DESICCANT Sprayable, water - insoluble vinyl - vinyledine complex which will produce a moisture retarding barrier not removable by rain, as manufactured by Nursery Specialty Products, ' Greenwich, Connecticut, or equal. r1I II r-, �J J t • SP 66 of 101 PLANTING BED MULCH Fibrous, woody bark chips of the following mixture of sizes: % Passine 90-100 80-100 20-60 WATER Sieve Size 1" (25.4 mm) 1/2" (12.7 mm) 1/4" (6.35 mm) ' Temporary clean, fresh, and potable water supply will be supplied by Owner and paid for by Contractor until total project acceptance. IEXECUTION GENERAL A. Drainage: Maintain positive surface drainage of planting ' beds during work. B. Irrigation System: The irrigation system shall have been installed and tested, and coverage shall have been approved before planting begins. C. Planting Bed Preparation: Verify that weed control, fine ' grading, and soil amendment have been completed. Verify that all headers have been installed in proper locations. See Section XIX — Soil Preparation. D. Dust: Employ dust suppression measures as required during the work to minimize or prevent dust nuisance ' on or about the site. Ensure that such measures are adequate to prevent dust nuisance during days or periods of time when work is halted on the site. E. Underground obstructions: Verify location of all subsurface utility and drain lines before beginning work. ' If during the excavation of planting pits such lines, buried rocks, tree roots, or other obstructions are encountered that interfere with locating plants according to the ' planting plans, Owner's Representative may select alternative locations. Where locations cannot be changed, submit estimate of cost of relocating lines or ' removing obstructions to a depth of not less than 6 inches below the required pit depth. LJ i 1 • 0 SP 67 of 101 F. Notification: Submit in writing descriptions of any conditions that do not conform to the Drawings and Specifications or may preclude the proper carrying out of ' the work of this Section. Submit in writing descriptions of any conditions that may be detrimental to plant growth or survival. If appropriate, submit estimate of the cost of ' correcting such conditions. Do not proceed with work until such conditions have been corrected or until Owner or Owner's Representative has acknowledged receipt of notification and has directed Contractor to proceed without correcting such conditions. TREE AND SHRUB PLANTING A. Location: Place container -grown plants at locations shown on Drawings. Indicate the location of plants 24 "- box and larger with stakes. Stakes shall be color coded to indicate species. Owner's Representative will check location of plants in the field and may adjust position of plants before installation. ' B. Planting pits: Excavate pits for container -grown plants to at least twice the diameter of the container and one and one -half times the depth of the container. C. Installation: Install plants in accordance with the following procedures: ' 1. Filling: Fill the planting pit to the height of the bottom of the root ball with excavated, unamended native soil. ' 2. Removal: Remove plants from containers carefully after containers have been cut on two sides with accepted cutter. Do not break or damage root ball. 3. Positioning: After removing plant from container, scarify sides of root ball to prevent root -bound condition and position plant in center of planting pit so that base of plant will be at the same elevation as or ' slightly above adjacent grade. Spread any exposed roots, and prune off any damaged roots. 4. Backfilling: tamp amended backfill mix solidly ' around root ball keeping plant plumb and rigidly braced in position until pit has been filled to approximately 2/3 of its depth and mix has been solidly tamped into place. Then water thoroughly to saturate root ball and adjacent soil. Then fill 1 I • • SP 68 of 101 ' remainder of pit with backfill mix to level of finish grade eliminating all air pockets. ' 5. Adjustment: Adjust plants so that after full settlement has occurred the base of plant remains at or slightly above adjacent grade. 6. Watering Basins: Form saucer with 2 inch high berm ' around trees and around shrubs or groups of adjacent shrubs. Saucer should be approximately the size of planting pit. Do not form saucers around trees in lawn areas. ' 7. Watering: Thoroughly water all plants immediately after planting. 8. Labels: Remove all labels from plants. ' D. Root Control Barriers: Install per manufacturers directions at outer edge of backfill pit. Refer also to treewell planting detail. ' E. Pruning: See Section XXI — Landscape Establishment. ' MULCHING Place a 1" layer of mulch evenly over entire surface of planting ' beds including tree and shrub watering basins. STAKING A. General: All trees shall remain plumb and straight under all conditions from installation through the end of the warranty period. Double stake all trees 24" box and smaller. B. Staking: ' 1. Galvanized Pipe Size: Stakes shall be adequately long and of sufficient diameter to protect the tree from damage or uprooting in high winds. In no case shall stakes be less than 1 -1/2" in diameter. ' 2. Location: position tree stake vertically, in holes provided in treewell grate. Tree stakes to be parallel with street. Drive stake through the root ball into firm ground sufficiently deep to hold it rigid. Remove nursery - supplied stake. 1 0 0 SP 69 of 101 3. Ties: Tie tree to pipe stake using at least 2 hole and wire tree ties. Drill holes through pipe stake to attach wire. CLEAN -UP ' During the progress of the work the site shall be kept neat, orderly, and free of debris at all times. Upon completion of work and before initiation of the Establishment Period all surplus material and debris shall be removed from the site and all scars, ruts, or other marks on the ground shall be repaired. XXI. LANDSCAPE ESTABLISHMENT ' GENERAL 1 SUMMARY A. Work Included: All labor, materials, appliances, tools, ' equipment, facilities, transportation, and services for and ' incidental to performing all operations of the work of this Section, complete, as shown on the drawings or specified herein. Work includes but is not necessarily limited to the following: ' 1. Establishment of palm trees, trees and shrubs. 2. Replacement of plants that die or fail to thrive. ' A. "Fertilizing Woody Plants ", University of California 3. Maintenance and operation of irrigation system. ' 4. Work related to other sections and required to be included as Cooperative Extension: Leaflet #2574, January 1979. work under this section. B. Related Work in Other Sections: The work of other sections 1 related to the work of this section includes but is not limited to the following: ' 1. Section XVII — Palm Tree Planting and Maintenance 1. Section XVIII — Irrigation Systems ' 2. Section XX — Trees and Shrubs REFERENCES ' A. "Fertilizing Woody Plants ", University of California Cooperative Extension: Leaflet #2958, September 1979. ' B. "Pruning Landscape Trees ", University of California Cooperative Extension: Leaflet #2574, January 1979. 1 . • SP 70 of 101 ' SUBMITTALS ' Submit to the Owner for approval two (2) copies of each of the following: A. Schedule of establishment operations including a list of all equipment and materials proposed for the job. B. Monthly status reports on the establishment of the landscape. C. Written application recommendations by a licensed agricultural pest control advisor for all restricted weed, pest, and disease controls that are proposed for use on the job. Recommendations are to be submitted to City and approved prior to each application. All proposed pesticides are to be identified. (Refer to Insect Pests and Disease Control.) 1 D. All licenses and insurances required by Federal, State, or local government agencies for the work. ' E. Monthly records of the use of all herbicides, insecticides, and disease control chemicals used on the job. QUALITY ASSURANCE A. Regulatory Requirements: Comply with applicable codes and ' regulations of governmental agencies having jurisdiction. Where those requirements conflict with this Specification, comply with the more stringent provisions. ' B. Permits and Reports: Provide for all inspections and permits required by Federal, State, or local authorities in furnishing, transporting, storing, and applying agricultural chemicals. File all required periodic records of all herbicides, insecticides, and disease control chemicals used. C Work Force: The Contractor's work force shall meet the following requirements: ' 1. Experience: The Contractor shall have a full -time foreman assigned to the job for the duration of the contract. The foreman shall have a minimum of four years experience in landscape establishment and maintenance supervision with training or experience in soils, fertilizers, plant identification, disease control, and pest control. irl [] 11 0 0 SP 71 of 101 2. Labor Force: The Contractor's labor force shall be thoroughly familiar with and trained in the work to be accomplished and shall perform the work in a competent, efficient manner acceptable the Owner's Representative. ' 3. Supervision: The foreman shall directly employ and supervise the labor force at all times. Owner's Representative shall be notified of all changes in ' supervision. 4. Identification: Foreman and members of the labor force shall be adequately identified at all times as employees of the ' Contractor. SITE CONDITIONS A. Inspection: At the beginning of the establishment period, visit and inspect the site with the Owner's representative to clarify ' the scope of the work, identify special conditions, and establish reporting procedures. B. Documentation of Conditions: Document the general conditions of trees, shrubs, vines, groundcovers, and lawns, reporting all plant materials which are damaged or dying, and recording all problems or unsuitable conditions. Document the condition of the irrigation system reporting any missing, damaged, or malfunctioning parts. ' C. Acceptance: Starting the work of this section without reporting problems or unsuitable site conditions to the Owner's ' Representative shall constitute acceptance of site conditions by the Contractor. Any work required as a result of problems or unsuitable site conditions that have not been reported to the ' Owner's Representative shall be performed by the Contractor at no additional cost to the Owner. SCHEDULING A. Hours: Perform all work during hours acceptable to the Owner tand on a regular schedule agreed to by Owner. B. Frequency: The labor force shall visit the site at least once a ' week and as often as necessary to inspect conditions and to perform necessary establishment and maintenance work in accordance with the agreed upon schedule. it J L I 1 [1 1 • • SP 72 of 101 BEGINNING AND END OF ESTABLISHMENT PERIOD A. General: No part of this Section is meant to be construed as reducing the Contractor's normal obligations to maintain the landscape in healthy and thriving condition during the landscape installation until the beginning of the Establishment Period. B. Beginning: The Establishment Period shall begin upon acceptance by Owner's Representative of the landscape installation as substantially complete and upon the Owner's Representative's agreement that the landscape Establishment Period may begin. Contractor shall confirm in writing the date of the beginning of the Establishment Period. C. End: The Establishment Period shall end after the Contractor has received written notification from the Owner's Representative of the Final Acceptance of the landscape. The warranty period shall extend beyond the Final Acceptance. PRODUCTS GENERAL All materials, tools, and equipment shall be provided by the Contractor unless otherwise indicated. WATER Clean, potable, and fresh, supplied and paid for by the Owner. FERTILIZERS ' A. Commercial Top -Dress Fertilizer: Uniform in composition, free - flowing, and delivered to site in unopened containers, fully labeled in accordance with the applicable fertilizer laws and [1 11 bearing the name or mark of the manufacturer. Gro -Power Plus, or equal. B. Fertilizer Pellets: Tightly- compressed, slow - release and long - lasting complete fertilizer tablets bearing the manufacturer's label of guaranteed analysis of chemicals present. Bandini Gro- pellets, or equal. ' • . SP 73 of 101 ' HERBICIDES, INSECTICIDES, AND FUNGICIDES Use best quality materials in original manufacturer's containers, properly labeled with guaranteed analysis of chemicals present. Use ' non- staining materials. REPLACEMENT PLANTS ' New plants to replace dying or damaged plants or plants that are unacceptable in appearance shall match healthy existing plants in all respects. See Section XX — Tree and Shrubs. ' IRRIGATION SYSTEM COMPONENTS Replacement irrigation system components shall match existing irrigation equipment in all respects. See Section XVIII — Irrigation Systems. ' EXECUTION ' GENERAL A. Duration: Continuously maintain all trees and shrubs from ' installation, during progress of work, and for a period of 90 days from the date of the beginning of the establishment period until Final Acceptance. ' B. Protection: Protect all plants and planting areas from damage of any kind from installation until Final Acceptance. Provide temporary protection fences, barriers, and signs as required. ' C. Treatment: Immediately upon observing symptoms of disease, infestation, or improper maintenance procedures, take all ' necessary steps to return plants to a healthy condition. Plants that cannot be returned quickly to a healthy condition shall be removed and replaced. ' D. Replacements: Immediately that die replace all plants or are damaged with plants of the same size, condition, species, and ' appearance as the original plants. TREES AND SHRUBS ' A. Watering: All plants shall receive the amount of water appropriate to the season and to the requirements of the species I) r ' • • SP 74 of 101 1. Basins: Maintain all watering basins around plants so that enough water can be applied to establish moisture through major root zones. 2. Rainy Season: During the rainy season, open watering basins to allow surface drainage away from the root crown where excess water may accumulate. Restore watering basins at end of rainy season. ' 3. Hand Watering: When supplemental hand watering of plants is required, use a water wand to break the water force when filling basins. Do not permit crown roots to become ' exposed to air through dislodging of soil. 4. Mulch: Maintain the depth of mulch originally specified for all planting beds to reduce evaporation and frequency of watering. 1 B. Resetting: Reset plants as required to maintain proper ' relationship to adjacent grade level and to maintain plants in upright position. C. Weed Control: All areas between plants, including watering basins, shall be weed free. ' 1. Herbicides: Use only recommended and legally approved herbicides in recommended dosages to control weed growth. ' 2. Cultivation: Avoid frequent soil cultivation that destroys shallow roots and breaks the seal of pre- emergent herbicides. D. Pruning: Perform all pruning using appropriate equipment and procedures. 1. Prune trees to select and develop permanent scaffold branches that are smaller in diameter than the trunk. Branches should be spaced far enough apart so as not to overlay one another, and they should radiate outward from ' the trunk in all directions so as to create a balanced overall form and natural appearance within space limitations. ' 2. Prune trees and shrubs to eliminate diseased or damaged growth. Prune trees to eliminate narrow, V- shaped branch forks that lack strength. Thin out tree crowns to reduce ' danger of toppling and wind damage. ' 3. Do not strip the lower branches ( "raise up ") young trees. 1 ' • 0 SP 75 of 101 ' 4. Retain lower branches in a "tipped back" or pinched condition to promote caliper growth of trunk. ' 5. Do primary pruning of trees during the dormant season. Do not prune any trees prone to excessive "bleeding" during growth season, but prune damaged trees or those that ' constitute a health or safety hazard at any time of year as required. ' A. Inspection: Plants shall be free of all infestations of pests and of all diseases at all times. Inspect all plant materials for signs of stress, damage and potential damage from the following: 1. Insects, moles, gophers, ground squirrels, snails, and slugs. 2. Discolored or blotching leaves or needles. 3. Unusually light green or yellowish -green color inconsistent with normal color of plant. 6. Make all cuts clean and close to the trunk without cutting into the branch collar. Cut smaller branches flush with trunk or lateral branch. Make all cuts so as to prevent ' splitting or peeling of bark on the tree. 7. Do not prune shrubs into balled or boxed shapes unless specifically called for by design. Allow shrubs to grow to a ' natural shape. ' E. Stakes: At least once a month check tree trunks at stakes for signs of rubbing and bark wounds and adjust ties or restake as necessary to correct problems. F. Existing Plants to Remain: Existing trees and shrubs on the site that are to remain during and after the installation of the landscape shall be maintained in the same way as plants newly ' installed. FERTILIZING A. Planting areas shall receive an application of Gro -Power Hi- Nitrogen 14 -4 -9, or equal, commercial fertilizer at a rate of 7 -1/2 pounds per 1,000 square feet 30 days after planting. Fertilizer ' application shall be repeated at 30 -day intervals until the end of the establishment period. ' INSECT PESTS AND DISEASE CONTROL ' A. Inspection: Plants shall be free of all infestations of pests and of all diseases at all times. Inspect all plant materials for signs of stress, damage and potential damage from the following: 1. Insects, moles, gophers, ground squirrels, snails, and slugs. 2. Discolored or blotching leaves or needles. 3. Unusually light green or yellowish -green color inconsistent with normal color of plant. ' . 0 SP 76 of 101 ' B. Control: Take appropriate action to eliminate problems as soon as they are identified. C. Personnel: Spraying or application of chemicals shall be performed only by a State Licensed Pesticide Applicator per State Pesticide Advisor. ' D. Application: Application of chemicals shall be done with extreme care to avoid all hazard to persons at the site either ' during or after the application. Avoid hazard to all pets. IRRIGATION SYSTEM ' A. Repairs: Repair without charge to Owner all damage to system caused by Contractor's operations. Perform all repairs ' immediately. Report promptly to Owner or Owner's Representative all damage to system not resulting from Contractor's negligence or operations. ' B. System Operation: Set and program automatic controllers for seasonal water requirements of plants by zone. Ensure that plants receive adequate water. Do not over water plants. Do not ' run irrigation system during rainy season except as required for spells of unusually dry weather. C. Monitoring: Continually monitor the system to verify that it is functioning as intended and as required to maintain landscape in healthy condition. Make adjustments to programs as ' required by changes in field conditions. D. Soil Moisture: At least twice a month use a probe or other ' acceptable tool to check the rootball moisture of representative plants as well as of the surrounding soil. Adjust irrigation schedule accordingly. E. Cleaning: Clean pump filter and strainer as required to keep the system free of sand and other debris. 1 F. Buildings and Walks: Prevent system from spraying the surface of buildings, especially windows, and to the extent consistent ' with the system design avoid overspraying walks and paths. ESTABLISHMENT PERIOD ' To initiate the Establishment Period the Contractor shall request in writing a preliminary review of the work with at least 5 days advance notice to the Owner's Representative. At this review the Owner's Representative will determine if the work is substantially complete, ' • • SP 77 of 101 ' and if so will issue a letter which will initiate the Establishment Period. ' FINAL ACCEPTANCE ' A. Completion of Work: Upon or near the expiration of the Establishment Period the Contractor shall request in writing a final review of the work with at least 5 days advance notice to ' the Owner's Representative. At this review the Owner's Representative will determine if the landscape is established and in acceptable condition. ' B. Conditions of Acceptance: All plants and turf and groundcover areas shall be alive and thriving, showing signs of growth, and showing no signs of stress, disease, infestation, or other ' weakness. All plants and areas not meeting these conditions shall be replaced and a new establishment period initiated for such plants and areas only. C. Corrective Work: Work requiring corrective action by the Contractor as determined at the final review shall be ' accomplished in not less than 10 days from the review, at no additional cost to the Owner, and in accordance with the specifications for the Project. D. Final Acceptance: When all necessary corrective actions have been taken, and all plants and areas meet the conditions ' described above, the Owner's Representative shall issue a letter of Final Acceptance of the landscape. Upon issuance of said letter, the Owner shall assume responsibility for the continued establishment and maintenance of the landscape except that the Contractor continues to be responsible for the replacement of plants during the warranty period. CLEAN —UP During the progress of the work the site shall be kept neat, orderly, ' and free of debris at all times. Tools and equipment shall not be stored at the site without express permission of Owner. Upon completion of work in any given day all cuttings, clippings and other debris shall be properly disposed of and all tools and equipment shall be removed from the site. iXXII. MONUMENTATI All existing monumentation shall be protected or replaced in accordance with Section 8771 of the Business and Professions Code of the State of California, as amended by AB1414 (1994). ' • • SP 78 of 101 I XXIII. SEWER LINE AND SEWER MANHOLE CLEARING A iThis is work on the Orange County Sanitation District sewer line. Work is restricted to night time per Section IV Time of ' Completion /Work Hours. Work will be inspected by Orange County Sanitation District Inspectors. The Contractor is responsible to coordinate this work with the Sanitation District and other phases of this project. Contact person: John Dettle (714) 962 -2416. A. Sewer Line Cleaning ' Intent: The intent of sewer line cleaning is to remove foreign materials from the lines and restore the sewer to a minimum of 95 percent of the original carrying capacity or as required for ' proper seating of internal pipe joint sealing packers. Since the success of the other phases of work depends a great deal on the cleanliness of the lines, the importance of this phase of the operation is emphasized. It is recognized that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, the Contractor will not ' be required to clean those specific sections. If in the course of normal cleaning operations, damage does result from pre- existing and unforeseen conditions such as broken pipe, the ' Contractor will not be held responsible. Cleaning Equipment: ' a. Hydraulically Propelled Equipment: The equipment used shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure removal of grease. If sewer cleaning balls or other equipment which cannot be collapsed is used, special precautions to prevent flooding of ' the sewers and public or private property shall be taken. b. High - Velocity Jet (Hydrocleaning) Equipment: All high- ' velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high - velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high - velocity gun for washing and IL� 11 • . SP 79 of 101 scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The ' equipment shall carry its own water tank, auxiliary engines, pumps and hydraulically driven hose reel. c. Mechanically Powered Equipment: Bucket machines shall be in pairs with sufficient power to perform the work in an efficient manner. Machines shall be belt operated or have an overload device. Machines with direct drive that could cause ' damage to the pipe will not be allowed. A power rodding machine shall be either a sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The rod ' shall be specifically heat - treated steel. To insure safe operation, the machine shall be fully enclosed and have an automatic safety clutch or relief valve. ' Cleaning Precautions: During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment. When hydraulically propelled cleaning tools (which depend upon water pressure to provide their cleaning force) or tools which retard the flow in the sewer line are used, precautions shall be taken to insure that the water pressure created does not damage or cause flooding of public or private property beings served by the sewer. When possible, the flow of ' sewage in the sewer shall be utilized to provide the necessary pressure for hydraulic cleaning devices. When additional water from fire hydrants is necessary to avoid delay in normal work ' procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. The Contractor shall make the necessary arrangements with the City of Newport 1 Beach to install a water meter for water that will be required. Sewer Cleaning: The designated sewer sections shall be cleaned ' using hydraulically propelled, high - velocity jet, or mechanically powered equipment. Selection of the equipment used shall be based on the conditions of lines at the time the work ' commences. The equipment and methods selected shall be satisfactory to the Owner's Representative. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set upon on the ' other manhole and cleaning again attempted. If, again, successfully cleaning cannot be performed or the equipment fails to traverse the entire section with reasonable exercise, it will be assumed that a major blockage exists and the cleaning effort shall be abandoned. 0 . SP 80 of 101 ' Root Removal: Roots shall be removed where root intrusion is a problem. Special attention should be used during the cleaning ' operation to assure almost complete removal of roots from the joints. Any roots which could prevent the seating of the packer or could prevent the proper application of chemical sealants shall be removed. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines and winches using root cutters and porcupines, and equipment such as high - velocity jet cleaners. Chemical root treatment may be used at the option of the Contractor. Chemical Root Treatment: To aid in the removal of roots and at ' the option of the Contractor, sewer sections that have root intrusion may be treated with an approved herbicide. The application of the herbicide to the roots shall be done in ' accordance with the manufacturer's recommendations and specifications in such a manner as to preclude damage to surrounding vegetation. Any damaged vegetation so designated ' by the Engineer shall be replaced by the Contractor at no additional cost to the Owner. All safety precautions as recommended by the manufacturer shall be adhered to ' concerning handling and application of the herbicide. Material Removal: All sludge, dirt, sand, rocks, grease, and ' other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from sewer section to sewer section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. Disposal of Materials: All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed of in a legal manner. All materials shall be removed from the site no less often than at the end of each workday. Under NO circumstances will the Contractor be allowed to accumulate debris, etc., on the site of work beyond the stated ' time, except in totally enclosed containers and as approved by the District. ' B. SEWER FLOW CONTROL When sewer line depth of flow at the upstream manhole of the ' sewer section being worked is above the maximum allowable for television inspection, joint testing and /or sealing; the flow shall be reduced to the level shown below by operation of pump stations, plugging or blocking of the flow, or by pumping and bypassing of the flow as specified. 1 1 • • SP 81 of 101 Equipment: The basic equipment used shall consist of a television camera, joint testing device (such as a packer), and test monitoring equipment. The equipment shall be constructed in such a way as to provide means for introducing a test medium, under pressure, into the VOID area created by the expanded ends of the joint- testing device and a means for ' continuously measuring the actual static pressure of the test medium within the VOID area only. ' a. Liquid Test Procedure: 1. The testing device shall be positioned within the line in ' such a manner as to straddle the pipe joint to be tested. 2. The testing device and elements (sleeves) shall be expanded so as to isolate the joint from the remainder of the line and create a VOID area between the testing device and the pipe joint. The ends of the testing device shall be expanded against the pipe with sufficient inflation ' pressure to contain the test liquid within the VOID without leakage past the expanded ends. 11 VOID pressure data shall be transmitted electrically from the VOID to the monitoring equipment. Example: via a TV picture of a pressure gage located at the VOID, or via an electrical ' pressure transducer located at the VOID. All test monitoring shall be above ground and in a location to ' allow for simultaneous and continuous observation of the television monitor and test monitoring equipment by the Owner's Representative. ' Test Medium: A fluid (liquid or gas) shall be used as the test medium. Both liquid (usually water) and air are acceptable. ' Test Pressure: Joint test pressure shall be 3 psi higher than the groundwater pressure, if any, outside the pipe. Groundwater pressure may be determined by positioning the testing device on a visibly infiltrating joint and measuring the resulting VOID pressure with the VOID pressure monitoring equipment. In the absence of groundwater pressure data, the test pressure shall be equal to 1/2 psi per vertical foot of pipe depth or 3 psi, whichever is greater. ' Test Procedure: Each sewer pipe joint which is not visibly leaking shall be individually tested at the above - specified test pressure (not exceeding a test pressure of 10 psi) in accordance ' with one of the following procedures. ' a. Liquid Test Procedure: 1. The testing device shall be positioned within the line in ' such a manner as to straddle the pipe joint to be tested. 2. The testing device and elements (sleeves) shall be expanded so as to isolate the joint from the remainder of the line and create a VOID area between the testing device and the pipe joint. The ends of the testing device shall be expanded against the pipe with sufficient inflation ' pressure to contain the test liquid within the VOID without leakage past the expanded ends. 11 • SP 82 of 101 Cl 1 ' 3. Water or an equivalent liquid shall then be introduced into the VOID area until a pressure equal to or greater than the required test pressure is observed with the VOID pressure monitoring equipment. If the required test pressure cannot be developed (due to joint leakage), the joint will have failed the test and shall be sealed a specified (see Sewer Pipe Joint Sealing). 4. The flow rate of the test liquid shall then be regulated to a rate at which the VOID pressure is observed to be the required test pressure. A reading of the test liquid flow ' meter shall then be taken. If the flow rate exceeds 1/4 gallon per minute (due to joint leakage), the joint will have failed the test and shall be sealed as specified (see Sewer Pipe Joint Sealing). ' b. Air Test Procedure: 1. The testing device shall be positioned within the line in such a manner as to straddle the pipe joint to be tested. 2. The testing device and elements (sleeves) shall be expanded so as to isolate the joint from the remainder of the line and create a VOID area between the testing device and the pipe joint. The ends of the testing device shall be expanded against the pipe with sufficient inflation pressure to contain the air within the VOID without leakage past the expanded ends. 3. Air shall then be introduced into the VOID area until a pressure equal to or greater than the required test pressure is observed with the VOID pressure monitoring ' equipment. If the required test pressure cannot be developed (due to joint leakage), the joint will have failed the test and shall be sealed as specified (see Sewer Pipe Joint Sealing). 4. After the VOID pressure is observed to be equal to or ' greater than the required test pressure, the air flow shall be stopped. If the VOID pressure decays by more than 2 psi within 15 seconds (due to joint leakage), the joint will ' have failed the test and shall be sealed as specified (see Sewer Pipe Joint Sealing). 1 ' C. SEWER PIPE JOINT SEALING It is the intent of the sewer pipe joint sealing work to seal sewer ' pipe joints which have leakage rates of 1/4 gallon per minute or more utilizing the internal joint sealing method. It is realized that this method may only be used on sewer pipe sections in ' sound physical condition. Longitudinally cracked or broken pipe will not be sealed. When bell cracks or chips are evident from pipe section offset, sealing may be undertaken where the offset is small enough to allow proper seating of the sealing packer on both sides of the joint to be sealed. Equipment: The basic equipment shall consist of a closed- circuit television system, necessary chemical sealant containers, pumps, regulators, valves, hoses, etc., and joint sealing packers ' for the various sizes of sewer pipes. The packer shall be cylindrical and have a diameter less than the pipe size and have cables attached at each end to pull it through the line. The packer device shall be constructed in a manner to allow a restricted amount of sewage to flow. Generally, the equipment shall be capable of performing the specified operations in lines LI • SP 83 of 101 1 Control Test: Prior to starting the pipe joint testing phase of the ' work, a two -part control test shall be performed as follows: a. To insure the accuracy, integrity and performance capabilities of the testing equipment, a demonstration test will be ' performed in a test cylinder constructed in such a manner that a minimum of two known leak sizes can be simulated. ' b. After entering each sewer section with the test equipment, but prior to the commencement of joint testing, the test equipment shall be positioned on a section of sound sewer ' pipe between pipe joints, and a test performed as specified. This procedure will demonstrate the reality of the test requirement, as no joint will test in excess of the pipe capability. Should it be found that the barrel of the sewer pipe will not meet the joint test requirements, the requirements will be modified as necessary. ' Test Records: During the joint testing work, records shall be kept which include: Identification of the sewer section tested; ' the test pressure used; location (footage) of each joint tested; and, a statement indicating the test results for each joint tested. ' C. SEWER PIPE JOINT SEALING It is the intent of the sewer pipe joint sealing work to seal sewer ' pipe joints which have leakage rates of 1/4 gallon per minute or more utilizing the internal joint sealing method. It is realized that this method may only be used on sewer pipe sections in ' sound physical condition. Longitudinally cracked or broken pipe will not be sealed. When bell cracks or chips are evident from pipe section offset, sealing may be undertaken where the offset is small enough to allow proper seating of the sealing packer on both sides of the joint to be sealed. Equipment: The basic equipment shall consist of a closed- circuit television system, necessary chemical sealant containers, pumps, regulators, valves, hoses, etc., and joint sealing packers ' for the various sizes of sewer pipes. The packer shall be cylindrical and have a diameter less than the pipe size and have cables attached at each end to pull it through the line. The packer device shall be constructed in a manner to allow a restricted amount of sewage to flow. Generally, the equipment shall be capable of performing the specified operations in lines LI ' • • SP 84 of 101 where flows do not exceed the maximum line flows for joint testing /sealing (see Sewer Flow Control). ' Joint Sealing Procedure: Joints showing visible leakage or joints that have failed the joint test specified (see Sewer Pipe Joint Testing), shall be sealed as specified. Joint sealing shall be accomplished by forcing chemical sealing materials into or t through faulty joints by a system of pumps, hoses and sealing packers. Jetting or driving pipes from the surface that could damage or cause undermining of the pipelines shall not be allowed. Uncovering the pipe by excavation of pavement and soil (which would disrupt traffic, undermine adjacent utilities and structures, and cause further damage to the pipelines being ' repaired) will not be allowed. The packer shall be positioned over the faulty joint by means of a measuring device and the closed- circuit television camera in the line. It is important that the procedure used by the Contractor for positioning the packer be accurate to avoid overpulling the packer and thus not effectively sealing (grouting) the intended joint. The packer ends (end elements, sleeves) shall be expanded using controlled pressure. The expanded ends shall seal against the inside periphery of the pipe to form a VOID area at the faulty joint, now completely isolated from the remainder of the pipeline. Into this isolated area, sealant materials shall be pumped through the hose system at controlled pressures which are in ' excess of groundwater pressures. The pumping unit, metering equipment, and the packer device shall be designed so that proportions and quantities of materials can be regulated in accordance with the type and size of the leak being sealed. Joint Sealing Verification: Upon completing the sealing of each individual joint, the packer shall be deflated until the VOID ' pressure meter reads zero pressure, then reinflated and the joint retested as specified (see Sewer Pipe Joint Testing). Should the VOID pressure meter not read zero, the Contractor shall clean ' his equipment of residual grout material or make the necessary equipment repairs/ adjustments to produce accurate VOID pressure readings. Joints that fail to meet the specified test ' criteria shall be resealed and retested until the test criteria can be met in order to receive payment. Residual Sealing Material: Residual sealing materials that extend into the pipe, reduce the pipe diameter, or restrict the flow, shall be removed from the joint. The sealed joints shall be left reasonably "flush" with the existing pipe surface. If excessive residual sealing materials accumulate in the line 1 J ' . • SP 85 of 101 ' (and /or if directed by the Owner's Representative), the sewer section shall be cleaned to remove the residual materials. 1 1] 1 fl 1 I Records: Complete records shall be kept of joint sealing performed in each manhole section. The records shall identify the sewer section in which the sealing was done, the location of each joint sealed, and the joint sealing verification results. Guaranty: All sewer pipe joint sealing work performed shall be guaranteed against faulty workmanship and /or materials for a period of one year after the completion of the work. Prior to the expiration of the guaranty period, an initial retest area consisting of specific sewer sections shall be selected by the Engineer /Owner. Sewer sections to be retested shall be randomly selected throughout the project area and shall be representative of the majority of the sealing work originally performed. The initial test area shall consist of at least 5 percent, but not to exceed 10 percent, of the linear feet contained in the original project. Within the initial retest area, the Contractor shall retest all previously sealed joints as specified (see Sewer Pipe Joint Testing). Any joints failing the retest shall be resealed. If the failure rate of the retested joints is less than 5 percent of the joints retested, the work shall be considered satisfactory and no further retesting will be required. No additional compensation shall be provided for resealing (grouting) joints that fail. If, in the initial retest area, the failure rate of the retested joints exceeds 5 percent of the joints retested, an additional retest area of equivalent size shall be selected and all previously sealed joints shall be retested. This additional testing and sealing, if necessary, will continue until a failure rate of less than 5 percent is met. Any additional testing /sealing required beyond the initial retest area shall be accomplished at no cost to the Owner. Should as much as 25 percent of the original project be retested and fail to meet the 5 percent requirement, the Contract will be required to provide the same number of crews as utilized in the original project so that the retesting will proceed at a more rapid rate. • • SP 86 of 101 ' D. CHEMICAL SEALING MATERIALS The intent of this section is to define the properties that a sealing material must have to perform effectively in the intended application and under expected field conditions. The intended application is remotely sealing sewer pipe joints with a 11 sealing packer. The materials described herein also have ' application in the manual access sealing of storm and sanitary sewer pipes and manholes. ' Generic chemical sealing materials in current use are listed with the basic properties, performance standards and mix ratios ' which are know to give acceptable performance. ' It is recognized that new and improved chemical sealing materials will become available from time to time. Sources, manufacturers, and product names of chemical sealing materials will thus change from time to time and therefore ' specific sources, manufacturers and product names are not ' referred to in this specification. 11 It should be understood that all of the generically classified ' chemical sealing materials can achieve desired long - lasting results when used in the proper application and properly applied. The knowledge and skill of the applicator has a greater effect on achieving the desired results than the specific sealing material applied. ' In every case, mixing and handling of chemical sealing materials shall be in strict accordance with the manufacturer's recommendations. ' General: All chemical sealing materials used in the performance of the work specified must have the following properties and characteristics: a. While being injected, the chemical sealant must be able to ' react /perform in the presence of water (groundwater). b. The cured material must withstand submergence in water ' without degradation. c. The resultant sealant (grout) formation must prevent the ' passage of water (infiltration) through the sewer pipe joint. d. The sealant material, after curing, must be flexible as opposed to brittle. 11 ' 2. The ability to tolerate some dilution and react in moving water during injection. ' 3. A viscosity of approximately 2 centiposie which can be increased with additives. 4. A constant viscosity during the reaction period. 5. A controllable reaction time from 10 seconds to 1 hours. ' 6. A reaction (curing) which produces a homogeneous, chemically stable, nonbiodegradable, firm, flexible gel. • • SP 87 of 101 ' e. In place, the sealant formation should be able to withstand freeze /thaw and wet /dry cycles without adversely affecting the seal. f. The sealant formation must not be biodegradable. g. The cured sealant should be chemically stable and resistant to the mild concentrations of acids, alkalis and organics found in normal sewage. h. Packaging of component materials must be compatible with field storage and handling requirements. Packaging must provide for worker safety and minimize spillage during ' handling. i. Mixing of the component materials must be compatible with ' field operations and not require precise measurements of the ingredients by field personnel. ' j. Cleanup must be done without inordinate use of flammable or hazardous chemicals. k. Residual sealing materials must be easily removable from the sewer line to prevent reduction or blockage of the sewage flow. ' Chemical Sealing Materials: The following is a generic listing of chemical sealing materials and the basic requirements, properties and characteristics of each. a. Acrylamide base gel sealing material: 1. A 10 base by minimum of percent acrylamide material weight in the total sealant mix. A higher concentration ' (percent) of acrylamide base material may be used to increase strength or offset dilution during injection. ' 2. The ability to tolerate some dilution and react in moving water during injection. ' 3. A viscosity of approximately 2 centiposie which can be increased with additives. 4. A constant viscosity during the reaction period. 5. A controllable reaction time from 10 seconds to 1 hours. ' 6. A reaction (curing) which produces a homogeneous, chemically stable, nonbiodegradable, firm, flexible gel. ' • . SP 88 of 101 ' 7. The ability to increase mix viscosity, density and gel strength by the use of additives. 8. An acute oral toxicity in rats (LD50) of 294 milligrams per kilogram of body weight for the unreacted base material. ' b. Acrylate base gel chemical sealing material: 1. A minimum of 11 percent * acrylate base material by weight in the total sealant mix. A higher concentration (percent) of acrylate base material may be used to increase strength or offset dilution during injection. *Note: If the acrylate base ' material is in the 40 percent solution, it must comprise 27.5 percent by weight of the total sealant mix to have 11 percent base material. 2. The ability to tolerate some dilution and react in moving water during injection. 3. A viscosity of approximately 2 centipoise which can be increased with additives. 4. A constant viscosity during the reaction period. ' 5. A controllable reaction time from 10 seconds to 1 hour. 6. A reaction (curing) which produces a homogeneous, ' chemically stable, nonbiodegradable, flexible gel. 7. The ability to increase mix viscosity, density and gel strength ' by the use of additives. 8. An acute oral toxicity in rats (LD50) of 5000 milligrams per ' kilogram of body weight for the unreacted base material. c. Acrylic base gel chemical sealing material: ' 1. A minimum of 10 percent* acrylic base material by volume in the total sealant mix. A higher concentration (percent) of acrylic base material may be used to increase strength or ' offset dilution during injection. *Note: If the acrylic base material is in a 40 percent solution, it must comprise 25 percent of the total sealant mix to have 10 percent base material. 2. The ability to tolerate some dilution and react in moving water during injection. • • SP 89 of 101 ' 3. A viscosity of approximately 2 centipoise which can be increased with additives. ' 4. A constant viscosity during the reaction period. ' 5. A controllable reaction time from 5 seconds to 6 hours. 6. A reaction (curing) which produces a homogeneous, ' chemically stable, nonbiodegradable, flexible gel. 7. The ability to increase mix viscosity, density and gel strength by the use of additives. 8. An acute oral toxicity of rats (LD50) of 1800 milligrams per kilogram of body weight for the unreacted base material. d. Urethane base gel chemical sealing material: 1. One (1) part urethane prepolymer thoroughly mixed with between 5 and 10 parts of water by weight. The recommended mix ratio is 1 part urethane prepolymer to 8 ' parts of water (11 percent prepolymer). 2. A liquid prepolymer having a solids content of 77 percent to ' 83 percent, specific gravity of 1.04 (8.65 pounds per gallon), and a flash point of 20° F. ' 3. A liquid prepolymer having a viscosity of 600 to 1200 centipoise at 70 °F that can be pumped through 500 feet of 1/2- inch hose with a 1000 psi head of a flow rate of 1 ' ounce /second. 4. The water used to react the prepolymer should have a pH of 5to9. ' S. A cure time of 80 seconds at 40 °F, 55 seconds at 60 °F, and 30 seconds at 80 °F when 1 part prepolymer is reacted with 8 ' parts of water only. Higher water ratios give longer cure times. 6. A cure time that can be reduced to 10 seconds for water temperature of 40 °F to 80 °F when 1 part prepolymer is reacted with 8 parts of water containing a sufficient amount of gel control agent additive. 7. A relatively rapid viscosity increase of the prepolymer /water mix. Viscosity increases from about 10 to 60 centipoise in the first minute for 1 to 8 prepolymer /water ratio at WE 11 ' 7. Physical properties of the cured foam of approximately: 14 pounds per cubic foot density, 80 to 90 psi tensile strength, and 700% to 800% elongatin when a mixture of 50% ' prepolymer and 50% water undergoes a confined expansion to five times its initial liquid volume. • • SP 90 of 101 ' 8. A reaction (curing) which produces a chemically stable and nonbiodegradable, tough, flexible gel. 9. The ability to increase mix viscosity, density, gel strength and resistance to shrinkage by the use of additives to the water. e. Urethane base foam chemical sealing materials: 1. Approximately 1 part of urethane prepolmer thoroughly ' mixed with 1 part of water by weight (50% prepolymer). 2. A liquid prepolymer having a solids content of 82% to 88 %, ' specific gravity of 1.1 (9.15 pounds per gallon), and a flash point of 20 °F. 3. A liquid prepolymer having a viscosity of 300 to 500 ' centipoise at 72 °F that can be pumped through 500 feet of 12- inch hose with a 500 psi head at a flow rate of 1 ounce /second. 4. A cure time of 15 minutes at 40 °F, 8.2 minutes at 70 °F, and 4.6 minutes at 100 °F when the prepolymer is reacted with ' water only. 5. A cure time of 5.5 minutes at 40 °F, 3.5 minutes at 70 °F, and ' 2.6 minutes at 100 °F when the prepolymer is reacted with water containing 0.4% accelerator. 6. During injection; foaming, expansion and viscosity increase occur. ' 7. Physical properties of the cured foam of approximately: 14 pounds per cubic foot density, 80 to 90 psi tensile strength, and 700% to 800% elongatin when a mixture of 50% ' prepolymer and 50% water undergoes a confined expansion to five times its initial liquid volume. ' • . SP 91 of 101 ' E. SEWER MANHOLE SEALING The purpose of this work is to provide for the elimination of extraneous water leakage into manholes that are otherwise structurally sound. No sealing will be attempted in manholes where the leakage is unconfinable such as in brick manholes or 1 L where the structural integrity of the manhole has been lost. All manhole sealing shall be done during high groundwater conditions, unless the points of leakage have been previously identified. Equipment: The basis equipment shall consist of chemical pumps, chemical containers, injection packers, hoses, valves and all necessary equipment and tools required to seal manholes. The chemical injection pumps shall be equipped with pressure meters that will provide for monitoring pressure ' during the injection of the chemical sealants. When necessary, fluid bypass lines equipped with pressure- regulated bypass tvalves will be incorporated into the pumping system. Manhole Sealing Procedures: At each point of leakage within the manhole structure, a hole shall be carefully drilled from ' within the manhole and shall extend through the. entire manhole wall. In cases where there are multiple leaks around the circumference of the manhole, fewer holes may be drilled — ' providing all leakage is stopped from these holes. Into the previously drilled holes, chemical sealant injection devices shall be placed in such a way that they will provide a watertight seal between the holes and the injection devices. A hose, or hoses, shall be attached to the injection device from an injection hose. Chemical sealing materials as specified shall then be pumped through the hose until material refusal is recorded on the t pressure gage mounted on the pumping unit or a predetermined quantity of sealant has been injected. Care shall be taken during the pumping operation to insure that excessive ' pressures do not develop and cause damage to the manhole structure. Upon completion of the injection, the packers shall be removed and the remaining holes filled with mortar and ' troweled flush with the surface of the manhole walls or other surfaces. The mortar used shall be of the "fast -set' type with ' "nonshrinking" characteristics. 1 L I 1 1 11 1 1 • • SP 92 of 101 Final Acceptance: After the manhole sealing operation has been completed, the manhole shall be visually inspected for the elimination of infiltration by the Contractor in the presence of the Owner's Representative and the work shall be found satisfactory to the Owner's Representative. In addition, at the Owner's request, the Contractor may be required within one year to visually inspect the manholes that were sealed. Any sealing work that has become defective shall be resealed by the Contractor at no additional expense to the Owner. This is work on the Orange County Sanitation District sewer line. Work is restricted to night time per Section IV Time of Completion /Work Hours. Work will be inspected by Orange County Sanitation District Inspectors. The Contractor is responsible to coordinate this work with the Sanitation District and other phases of this project. 1. Work areas for which entry is expected to be in accordance with Section 5157 (c) (5), Non - Permit Required Confined Spaces are: (NOT APPLICABLE) 2. Work areas in which hazardous or potentially hazardous atmospheric conditions exist or may exist shall be in accordance with Sections 5157 (d), (e) and (f) (Permit- Required Confined Space): Balboa Trunk Sewer and Manholes It is the Contractor's obligation to satisfy all requirements of Title 8, CCF 5757. Attention is also directed to "Sewer System Entry ", Appendix E. NOTE: A Permit Required Confined Space may be reclassified by CSDOC Safety and Health staff to a Non - Permit Required Confined Space at the Contractor's expense through the provisions set forth in 5157 (c) (7), or a listed non - permit required work area may become a Permit Required Confined Space work area. • • SP 93 of 101 ' CONFINED SPACE PROCEDURE ' The Contractor's attention is directed to the General Industry Safety Orders of the State of California, Article 108, Confined Spaces, Section 5157 (Title 8 of California Code of Regulations, Sections 5156, 5157, 5158). State law and Districts' policy on confined spaces require two -week advance notification from the Contractor for work within confined spaces, submittal of Contractor's confined space work procedures and rescue plan, compliance with Entry Permit procedures, participation in a hazard assessment review of planned precautions and a ' debriefing upon completion of the confined space operation. Compliance with the General Industry Safety Orders remains the Contractor's responsibility and District's review is for general compliance and coordination only. Examples of the following are included in this Section. ' Typical Contractor's Confined Space Procedures submittal • Typical Contractor Work Site Orientation (required for all confined space entries). ' Typical Entry Permit, for permit required continued spaces. 11 1 1] 1 . • SP 94 of 101 %#ounry Sanitation ojewas of orange County Confined spec. Job Hazard Anaiysie Checkitst Ho =eg t WORD SITE ORIMATION ' ewmbv ❑ Matnlenow ❑ Oprawns ❑ TeCs+icat SwAcss ❑ Repoesent"Ven 1 safety & M RapcsaatpuivaK. Contractor Reprw+nfative(ajc ' Contractor: Addrt� Phone [Number: Budness ( ) Emergency ( I .lob Number. Job pampa 'Job LoesNore ' CalaolAnatysic .1.1. Job Start paw / / Esamled Job Compi0m pale: YES NO conn"a� ❑ ❑ TQe space is laW enotgh and so tadigmed tM a wrier can boMy either and perform wait r ' ❑ ❑ The space hum 101 a reshleted entry a etdh and ❑ ❑ The opera is net see wd f r oorrinuous WOW" accvpr.ttar. NOTE-, K s• amMwrs an'YE�, Coeterrob tint rNlt aeellon. Na'NW bn boo dadU4 tba apron is not aosdbrd spM perCAL -OWuk Tpe $, seW=,star. ' YES NO Permit - Rgmftd r 9R M M 3o fpg= Oe� ❑ ❑ The space eaeetries a ttss pooarkfel tD caRain a IaraDdous ator MAP' era. ❑ ❑ The space aranira a mslsrtai that bas the pateww floc som Meant. ❑ ❑ lbe spaos has as iedernai aedgras m fist ao atirat coW f» ttsppnd w=PftWdd@d by knrrN*Collrergh vababyaft wgWdWnandt*mioaamdremseedoa ❑ ❑ TM $pea ao Mm my air naopoimd.sedom ad* or haMt trusdt nom Raorsiewssan' Y6B ',theapaoeLeaYrm�teatiredcomb dapom OXMM*folt» not secd= ' YEB No ❑ ❑ Ax I acranOwA*vA4MarftMPif�48. ❑ ❑ Ha:ardous meserfais wi• be used in a nerfhe Pifer The aonI Ch mM Ptivide a cagy d theMSMto MCM0pdortot OSWdwoek. ' ❑ ❑ The mekraeeor ha ptw ftd s wff dfhdr PRC8 program. ❑ ❑ The am*acmr wi provide s wOM job pvceduve ad recast PIM ❑ ❑ Hat wok wi be p smr a lr wyw, s itct vvb* permit =a to bond by C== and aWWW tO fie atlty pernna. ' lure /qaf d 4 COUAata bdon Diawm of omn• Couftj P 95 of 101 Conflnw Space Job HwaM Ana"w Checklist YES NO CSDOC Work Ac&Mss Q Q Tries WE be watt aahr es adlooenttonaPRM ' ❑ ❑ CS= persaetN wa man ft Spam YES NO POTENTU L ATUOSPHEMC HAZA M ' ❑ ❑ amend .y owaW 194%) 0 0 oxygen wwkftnot Qwc" zLG%) '❑ Q Hydrogen suiGde (Pt1 !Q MM/ WE L. 15 ppa . t3 MUPAea) ❑ 0 Low Expiod a Und V1bwa 10%) 0 ❑ Carbon ttonm*b (PBr 36 PWM ' 0 ❑ other: YES NO ❑ 0 ConaaotarvAAdbe dmdq am m eg ngnua s trronttas ❑ E3 t co oodor arspioyees wttl weer ootxhaprs monRora, ❑ ❑ coubaador VA U tae dtrteetorhdm 0 0 C39= VA ttxmltorme PROS. ❑ 0 Cont actorwi test aanospttaa prmrm away taawv& 0 ❑ COMBdor wa raa as 1 - davtoe to test abaosphera ttom outside ft PROS. G ❑ cat cearvAtatafNWSctow RC3pAatoanbp. ❑ ❑ The PROS ere a ca fg, m i that regerbes the aortaaotorto wear aTAlne a &C,BA ' **q*R&wY l " "iott wiser peA X.v*rj pno-� sad m4puby a' , piretia toodag. 0 ❑ The wabaatorwa m 4 an Asa- 111 hers h srass tat may potenliw impact the pRM YES NO vanUAMON Q 0 NMW veaeW= is xdleret to trdtair II the pdord l t>omft 0 ❑ Ter aorxra IM VAR P vide carl mmm 4aroed alrvw af(aa to th. PRCS ❑ ❑ noted atrveadwo erytipmeat is nec�ryto aCtata and maisrtsbr aoaaptabla.+�y eott torte ' ❑ ❑ The PROS hs e* ft vanWllaa egaipat.s. YES NO GENERAL HATMM ' ❑ 0 M* PRC$ may ooalar! raeatattid hsoatde. ❑ ❑ The PRW awy =oWn a pabow eagalCrwAt hg=jd jcrVw enbatb. D ❑ The PROS =mWkwd =ua** ctamiasla. Qf yM plwide MW% ❑ ❑ Noise locals >o ansarthe PRt78mssr exused 90 dt3A. ' 7 ❑ c=*= torwaek awvtijssifrin the PROS may prednae eoaesss&e miss isvels. 0 ❑ The aordt+seEorwa tea etrc,Dlid MCI"% I loco the PROS. 0 ❑ The aasbrwo v a use earptsesed gamin the PROS. ' 1=4 hpZat 4 ' Saes vvovaof • • • SP 96 of 101 1 county sanitanon ulsmcte of Orange t:ounty Confted Space Job Hazard An*sft CiteeMW YES NO GM219M HAZARDS lC�rf!' 12 Q A== info tlw PROS is Worded by tbad ladduft . Q Q The vA Favide a p WA* laddafar entry emd exi kart the PRC& Q Cl The contMcforvA provide an aeemafe r�wdiod of crux (/1s dssa�ed fn procsdta�e) ' Q Q The PROS may a>nfmn Nararwbis or axn<wstibas substaeoea . ❑ Q The PRCS rtiay confaiu etecbkd hasarrb. ❑ Q ❑ The PRCS may cartair beanie ❑ The PRCS Bane on a M a son darks: Q Q The PROS ax�ins tae Q O The � u�re menaFQasoerfe powered e�mpmrora h ar nearthe PROS. Q Q The =*a ft nv s: provide &= WON ferths apses. ❑ Q The vmwv ark siaface N the Space rmw ft sipmy =d aadaiu mg- - g hamft YES NO CONTROLS ' ❑ ❑ A blank or Bend wa be kabded to same the epee►. Q ❑ A double bledr and bleed meltrod wa be uesd to seam the apace. ' Q C] Q A secdon(a) of pipe. B 3a orduotwa be db=mected to seam ow specs ❑ 4:m= VA 4 pMawnt the Hmeidorw Emil Camof s ❑ ❑ Tfbcan4acim vwl odaoatuwtapostgwspmm ' ❑ Q The PR= va be popad or imhd by esooa Q Q The PR= wm bs psqud or s , ' by the cortaador: 17 ❑ The PRCS wa be %dW ad deemed by CW= Q ❑ The BRCS WE be fidwd amd deemed by the eosmarmor. Q Cl The oarfraaarwa toe air eo�issloa preof equfpnerrG O Q Its- oaEraftorwausecmyq=bV ottoob: Q O Q Q Pkw or brdwedo wo be used m some So PR= A tie mmbp mw cr atlwr ffns suppromma.gdprnentto requr.d atthe Job eie. ' aefrorr�iffarnvrrrt . ' ❑ alnd bat p Hndap protsdfoa ' ❑ ad* Ommes ❑ A& Plsf lft Romp'elors CI FewditWyopplss O PbwwWAar ParomRsspismrs ' ❑ PIWAdWe #A body ddtliq 0 Aadfse Amwk m O Hard poteoeoa O OM ❑ Root potedba ❑ Pepe pads (5 a f AG aft) ' ❑ FOR proeedfoa O pwauom douse ' Saes vvovaof • ' YES NO -AML POITM& AND RRICAMM, ❑ 0 Ttr aardradorwi pmvids dw= to pails; them 0 0 space. ❑ ❑ The moo I vA provide barrieadesto prmd the apen6 a of ma spans. ❑ ❑ The mmta I vA poet the pesrnR acme Job sm ' a ❑ The mrtactorvA provide it ft coswoi nransmm NOiTtlIFORR ' 130 o m , - et or TA PWIU nr lm tbiterrkrg ❑ ��a 0 v ❑ a 0 wwom ❑ spat ptodtt , a e* pmw t 0 a de" 1 ❑ outerooawe of ieift Nam a cm= lien WG* PrmR COMMMM rr��r ' NOT& FACUmdecom d a PamYGRpcind CaeOcrrd ep.o. to a Nm*wm Come" GPM* mep a i/orrad ie arfd6 aitrrrtlera The te•doe�rlm is aaAr abnad tydcfaYcrq rnlnre arthortatibn tiam a C800C Solely i �gwoy �a atoll npwceNlu'a ' saeeq a Fmr.rg.oay . oepertmena mapreaeatelhr� ' contractor ReprNeetepeee low ftV Oar 4 • • SP 97 of 101 County Sanitation Districts of orange County ' Confned Space Job Hazard Analysis Checidist YES NO COMMU ffl.98 N Q a Tits CMUM WYA anima visual obswi m Bon ouMe the sprrce. © ❑ The cwAmc aryA use hvo -Nary radb cortmiucdcomm a ❑ mm contactor wig umme voice'. ' ❑ ❑ The air wm uW= hand YES NO RU AL EOUIPMEff AND RESCUE PLAN ' ❑ ❑ The Spam Is aver *A teat deep. Q ❑ The contadorvA use a mechanical mb%wd device. ❑ ❑ The eadradorwG use an attemate mWM forndrtavaL (rhe con actor must sp ❑ ❑ Tra ImilmaviUmaresmapkm ❑ a The cactradarra7 Udbe rettevd sysisms to fao=te non-oft rescue- ' Q ❑ The cordractorvaf UK= frt0 body lrerrressee_ Q ❑ The confractacwiult& %vffmd sforraeco& ' YES NO -AML POITM& AND RRICAMM, ❑ 0 Ttr aardradorwi pmvids dw= to pails; them 0 0 space. ❑ ❑ The moo I vA provide barrieadesto prmd the apen6 a of ma spans. ❑ ❑ The mmta I vA poet the pesrnR acme Job sm ' a ❑ The mrtactorvA provide it ft coswoi nransmm NOiTtlIFORR ' 130 o m , - et or TA PWIU nr lm tbiterrkrg ❑ ��a 0 v ❑ a 0 wwom ❑ spat ptodtt , a e* pmw t 0 a de" 1 ❑ outerooawe of ieift Nam a cm= lien WG* PrmR COMMMM rr��r ' NOT& FACUmdecom d a PamYGRpcind CaeOcrrd ep.o. to a Nm*wm Come" GPM* mep a i/orrad ie arfd6 aitrrrtlera The te•doe�rlm is aaAr abnad tydcfaYcrq rnlnre arthortatibn tiam a C800C Solely i �gwoy �a atoll npwceNlu'a ' saeeq a Fmr.rg.oay . oepertmena mapreaeatelhr� ' contractor ReprNeetepeee low ftV Oar 4 E E I E u E E �.I E J E E E 11 • 0 SP 98 of 101 ENTRY PERMIT GENERAL n04081iw120" ddb* E*yfwdlcmfs o f w Der PERNU [ SPACE HAZARM retsmwEES. f1�61 Li 461. lYriii9 tars�•+� eUNKNO s/ tnnrst a��r..vow a isumoi a t�iucat a umymma a camFacawa® a � can n mEWS r-11.7 , a m0KFm9xuwzmmwosa mR Q AMWOKIM a rataor a bad a Trott a t.�rd�r atodm C2 atr a s�arma�emi+EE� o ems• asap ass a Akp a A .a.a�r,ti a FpWAMPOds a wopo l n amC2 ow a boawww1 Q EEommsm a un a mESECa:� a kh �rteo®o�sEEEE+b a � . nmw+[s1�awa1 ai�ir� a air a Ift a w a EsnercE� a ftw6po l a aE�tm�at z • ORrBAba a a oft•bdhow a a f"+rAVVW a a ��• a a a a l3mvm a a ®a a a sas monmmmottts a a �asa� a n a a a a a a retsmwEES. f1�61 Li 461. lYriii9 tars�•+� eUNKNO s/ tnnrst a��r..vow a isumoi a t�iucat a umymma a camFacawa® a � can n mEWS r-11.7 , a m0KFm9xuwzmmwosa mR Q AMWOKIM a rataor a bad a Trott a t.�rd�r atodm C2 atr a s�arma�emi+EE� o ems• asap ass a Akp a A .a.a�r,ti a FpWAMPOds a wopo l n amC2 ow a boawww1 Q EEommsm a un a mESECa:� a kh �rteo®o�sEEEE+b a � . nmw+[s1�awa1 ai�ir� a air a Ift a w a EsnercE� a ftw6po l a aE�tm�at • ENTRY PEUVWAmewinim • SP 99 of 101 ATMOSPHMC TUMO IMCORD o �n iffamnAmm awlsom a" aw w mw ON" abd wi ancet ,tu.asr lh IN ruvw m 'slum wtmmQ <ULOILWA aaaraanot Sl�s mum== == Irl" . amiu ms kt.msmm m� :�usaEteme INfRTAVTHORRATION EHiYYMiII60� {� . POST rwmy prima AT SNTRANCri TO PERMIT SPACE R aW CANCILL TION �ratto�er: . 4ao� awe a��a�ae a oiYdt�r.�.alyd�i . ' & • SP 100 of 101 1 1 0 1 I� 1 Y PERMIT-REQUIRED CONFINED ENTRY CONTRACTOR DEBRIEFING �lrw �a Debriefing Date: Job Number. DaWs3 of Confined Space Operations: Job Description/Location: Contractor. Contractor Representative: CSDOC Representative0eparwmt: Was the PermdAalufred Confined Space (PROS) program adequatO 0 Yes 0 No If no, what deficiencies were noted; If yes, list dro mtanow and ac foes to be fatten to prevent reamence. S� L9f 0 SP 101 of 101 ' XXV. EXHIBIT "A" APWA STANDARD DRAWINGS 1 I1 I i i 10 0 BOSSING PIPE WALL (DIAMETER OF PIPE -01) X'(SEE NOTE SI OPTIONAL SIDE >` . OF BLANKET (TYP.) I / (TYP.) MW,;, 6WM'l W UNDISTURBED EARTH (TYP) -v- / 6 IN. OUTSIDE OF PIPE BELL -// (TYP) EXISTING PIPE CONCRETE BLANKET (FOR EXISTING PIPES CROSSED OVER BY A NEW PIPE) $eii# -_3 0. /2 FOR W 15' - S /40. FOR OS IS* 1. CONCRETE BLANKET IS REQUIRED WHEN THE CLEARANCE BETWEEN THE TOP OF THE EXISTING PIPE AND THE BOTTOM OF THE CROSSING PIPE IS LESS THAN 18'. 2. 'Y'= 06(6" MIN.) WHERE THE CLEARANCE BETWEEN THE TOP OF THE EXISTING PIPE AND THE BOTTOM OF THE CROSSING PIPE IS LESS THAN "Y', THE CONCRETE SHALL BE PLACED BETWEEN THE PIPES AND AROUND THE SIDES OF THE CROSSING PIPE UP TO A LEVEL EQUAL TO'Y' ABOVE THE EXISTING PIPE, OR AS REQUIRED BY NOTE 3 BELOW, WHICHEVER IS HIGHER. 3. "X' = Oil 2, MINIMUM, TO PROVIDE BEDDING MATERIAL FOR THE CROSSING CONDUIT. WHEN 'X" IS LESS THAN THIS MINIMUM, THE ENTIRE TOP SURFACE OF THE BLANKET SHALL BE RAISED TO MAKE CONTACT WITH THE LOWER 90° OF THE CROSSING PIPE. 4. THE BLANKET SHALL EXTENT LONGITUDINALLY TO THE FIRST ,JOINT BEYOND THE TRENCH EXCAVATION AT EACH END OF THE BLANKET, EXCEPT THAT THE BLANKET NEED NOT BE EXTENDED MORE THAN 4 FEET BEYOND THE TRENCH. S. WHENEVER A PIPE BELL IS ENCOUNTERED WITHIN THE LIMITS OF THE BLANKET, ALL DIMENSIONS SHALL REFER TO THE BELL INVERT SLAB OF ARCH OR BOX I `. `2" THICK STYROfOAM OR OTHER SECTION (CROSSING CONDUIT) !+ ° �f 6' APPROVED COMPRESSIBLE MATERIAL UNDISTURBED EARTH QNO MININUM OUTSIDE OF PIPE BELL EXISTING CONDUIT COMPRESSIBLE BLANKET (FOR EXISTING PIPES CROSSED OVER BY A NEW BOX OR ARCH) NOTES: 1. COMPRESSIBLE BLANKET IS REQUIRED WHEN THE CLEARANCE BETWEEN THE TOP OF THE EXISTING PIPE AND THE BOTTOM OF THE CROSSING CONDUIT (BOX OR ARCH) IS LESS THN 18 2. THE BLANKET SHALL EXTEND LONGITUDINALLY FOR THE FULL CROSSING CONDUIT TRENCH WIDTH. AMERICAN PUBLIC WORKS ASSOCIATION — SOUTHERN CALIFORNIA CHAPTER STANDARD PLAR °ROM"°�` JOINT COOPERATIVE E BLANKET PROTECTION FOR PIPES 225 -0 I USE WM STANDARD SPECiKATOW MR PUBM MOM COINSTRUC110N SHEET T OF, [1 , 1 • CASE t REINFORCED CONCRETE BEAM FOR 4" TO 24 I.D. PIPE NOTES: 1. WIDTH OF BEAM SHALL EQUAL D.D. OF SUPPORTED PIPE. PSB MINIMUM WIDTH SHALL BE 6'. TO 2. IF SUPPOR TED PIPE IS BEDDED IN CONCRETE, BEAM WIDTH 10 414 BAR SHALL EQUAL BEDDING WIDTH. M IS PREZA$7 3 IF BEAM IS PRECAST, ENDS OF BEAM SHALL BE FULLY BEDDED NFORCEMENT IN a20-C -2000 CONCRETE FOR LENGTH 'B'. THE BEDDING SHALL SEE TABLET HAVE A MINIMUM THICKNESS OF 4'. CLASS -C' MORTAR SHALL BE PLACED BETWEEN TOP OF BEAM AND SUPPORTED PIPE TO PROVIDE MINIMUM BEARING SHOWN. 4. THIS CASE IS PERMITTED ONLY IF THE TRENCH WALLS ARE FIRM AND UNYIELDING. B 5. MAXIMUM SPACING OF BARS SHALL BE 4" O.C. 560 B -3250 ` REINFORCED I CONCRETE BEAM 1 1 1 1 REINFORCED CONCRETE BEAM (DIMENSIONS AND PIPE COVER S 0170 r•Ir B'- rTolr -0' 12' -1170 if -0' 16. 1'7020' -0' 20- 1'7025' -P ' T MIN. BEARING SMALL BE B T BARB B 0 O.D. OF SUPPORTED PIPE BARS B T N 4 BAR �i ' BARS (IF BEAM IS PRECAST) REINFORCEMENT ; 8- N0.{ 1' -6' TABLE) 2" CL. No.4 ' 9" SECTION C -C 1 1 1 1 REINFORCED CONCRETE BEAM (DIMENSIONS AND NOTES: 1. THE SUPPORTING WALL SHALL HAVE A FIRM BEARING ON THE SUBGRADE AND AGAINST THE SIDES OF THE EXCAVATION. 2. ANY CONDUIT PASSING THROUGH THE WALL SHALL HAVE 2 -INCH CLEARANCE FROM THE WALL. 3. 4 -INCH DIA. OPENINGS THROUGH THE WALL AT 2 FT. O.C. HORIZONTALLY AND AT 5 Ff. P.C. VERTICALLY SHALL BE PRO - VIDEO TO PREVENT UNEQUAL PRESSURE RESULTING FROM JETTED BACKFlLL 4. IF SUPPORTED PIPE IS BEDDED IN CON- CRETE. MINIMUM THICKNESS OF WALL SHALL EQUAL BEDDING WIDTH. S. BRICK WITH MORTAR JOINTS MAY BE USED IN LIEU OF CONCRETE FOR WALLS UP TO 5 FT. IN HEIGHT OR LENGTH. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER PIPE COVER S 0170 r•Ir B'- rTolr -0' 12' -1170 if -0' 16. 1'7020' -0' 20- 1'7025' -P H T BARS B T BARB B T BARS B T BARS B T BARS B 0 T 4' -0' 8- N0.{ 1' -6' 8" No.4 t' -6- 9" 140.4 1' -6" 10' No.4 P -6' 1051" No.4 1'6" 4'0"TO5' -0" r No.4 1' -IF 9'a' No.4 1' -6' 11" No.4 t' 6" 12" No.4 T -8" 12',1" No .S 1' 6" 5' -1-TO 6' -0' 9" 40,411 6' 11' N0.5 V -6- 12`1" N0.5 V-15' 13'd No.5 2' -0' 14'4' N0.5 2' -0" 6' l "TOT -0' 10' 14' 12'x" N0.5 2' -0' 14'x' NM5 2' -0' 15'i No.5 2' -0' 16'4' N0.6 2' -0" 7'.t•TOB'A' tI" t' -6" 14' NO .5 2' -0' 16' No.5 2' -0' 17'i Nab 2' -6" 19' No.6 2' -8" 8' -I"TO 9' -0' 12'4' 2' -0' IV2' No.6 2' -6' 17'4" No.6 2' -6' 19'x" Nob 2' -6" 21' Na.6 2'6" 9' -F TO 10'.T 13!1' 2" -0' IT No.6 2' -6' 19'a No.6 3'-0' 21'2' N4.6 3' -0' 23' No.6 3' -0' 10' -VTO 111 -0' 1441 IN0.6 2' -6- IW7' N0.6 3' -0' 21' No.6 TA' 2312' No.6 3' -0' 25' No.7 T -O' II'- 1'70121.0' 15'4' 2' -6' 20' No.6 3 " -0' 23' No.7 3'-6" 25'2 No.7 3' -6" 2T No.7 3'-6" 12' -I'TO 13'-0 IT T -0' 21 ',x' No.7 T -8' 24'4' No.7 3-8" 2 7'2' No] 4' -0' 29' No.7 4' -0' 13' -1'TO 14' -0- IB' 3' -0' 2T No.7 T -6' 26'.x' Na.7 4 +0' 2912' No.7 4' -0' 3111' No.7 4' -0' 14'- 1-7015' -0' 19' 3' -0' 25" No.7 4' -0' 28' N0.7 4' -0" 31 @' NoJ 4'.6' 15'4'TO16' -0' 20'4' No.7 3' -6' 26'4" No.7 4' -0• 30- N0.8 4' -6' 16'- VTO1T -O' 21'4- No, 3' -6' 28' No.B 4' -6' 17'4 'TO 18' -0' 224' No.B 4' -0- 20'4' No.B 4' 6" NOTES: 1. THE SUPPORTING WALL SHALL HAVE A FIRM BEARING ON THE SUBGRADE AND AGAINST THE SIDES OF THE EXCAVATION. 2. ANY CONDUIT PASSING THROUGH THE WALL SHALL HAVE 2 -INCH CLEARANCE FROM THE WALL. 3. 4 -INCH DIA. OPENINGS THROUGH THE WALL AT 2 FT. O.C. HORIZONTALLY AND AT 5 Ff. P.C. VERTICALLY SHALL BE PRO - VIDEO TO PREVENT UNEQUAL PRESSURE RESULTING FROM JETTED BACKFlLL 4. IF SUPPORTED PIPE IS BEDDED IN CON- CRETE. MINIMUM THICKNESS OF WALL SHALL EQUAL BEDDING WIDTH. S. BRICK WITH MORTAR JOINTS MAY BE USED IN LIEU OF CONCRETE FOR WALLS UP TO 5 FT. IN HEIGHT OR LENGTH. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER CASE 2 CONCRETE WALL O NN, SUPPORTS FOR CONDUITS ACROSS TRENCHES 1IT TO H PPORTED USE WITN STANDARD SPECIRCATIONS FOR PUR X WORKS CONSTRIICT20N MIN. BEARING SHALL BE _ .� 0.5 O D. OF PIPE . • D• swxr 1 OF 2 L3D.2 , MIN '• • •• rra" - CONDUIT THROUGH �• 4. • CONST. WALL �D -� 0I I D I JOINT TYPE 'A' "' TYPE 'B' ;..� ° WALL SECTION _ N _ v� ?I \4" DIA. OPENINGS NOTES: 1. THE SUPPORTING WALL SHALL HAVE A FIRM BEARING ON THE SUBGRADE AND AGAINST THE SIDES OF THE EXCAVATION. 2. ANY CONDUIT PASSING THROUGH THE WALL SHALL HAVE 2 -INCH CLEARANCE FROM THE WALL. 3. 4 -INCH DIA. OPENINGS THROUGH THE WALL AT 2 FT. O.C. HORIZONTALLY AND AT 5 Ff. P.C. VERTICALLY SHALL BE PRO - VIDEO TO PREVENT UNEQUAL PRESSURE RESULTING FROM JETTED BACKFlLL 4. IF SUPPORTED PIPE IS BEDDED IN CON- CRETE. MINIMUM THICKNESS OF WALL SHALL EQUAL BEDDING WIDTH. S. BRICK WITH MORTAR JOINTS MAY BE USED IN LIEU OF CONCRETE FOR WALLS UP TO 5 FT. IN HEIGHT OR LENGTH. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD FLAN JOINT COOPERAI "`A"lfirm Jowr COOPEIUITIYK coN2KrTEE SUPPORTS FOR CONDUITS ACROSS TRENCHES 224 -0 USE WITN STANDARD SPECIRCATIONS FOR PUR X WORKS CONSTRIICT20N swxr 1 OF 2 ALLOWABLE SPANS AND MIN. REQUIRED BEARING FOR DUCTILE IRON PIPE DEPTH OF COVER 6' PIPE CASE 3 E B(Mr4 DUCTILE IRON PIPE DUCTILE IRON`_^ I 81Yn) I sw CLASS 53 0 ` JOINT (SEE NOTE 2) SPUN R. C. PIPE 13'-6' f -8' CONTINUOUS w 8" EXIST. A.C.. CONCRETE, (SEE NOTE 1)-- a_ —� 1— R.C., C.I. OR CLAY PIPE T a FOR CLAY PIPE SEWERS SCUT 16' - PTO 25' -P -7'-(r EXIST. PIPE AND JOIN 9' -0T 2' -R WITH TYPE 'D'JOINTS WITH CONCRETE I4' ADAPTER RINGAF REQUIRED BEDDING B/ ON EACH SIDE OF TRENCH OR REMOVE TO NEAREST 1 JOINT BEYOND O.D.. B- MIN. E I °L CONCRETE COLLAR (SEE NOTE 2) 11 I eIf 1 SECTION E- ALLOWABLE SPANS AND MIN. REQUIRED BEARING FOR DUCTILE IRON PIPE DEPTH OF COVER 6' PIPE B- PIPE 1 V PIPE B(Mr4 Bmo B(Ma) I 81Yn) I sw 8(I4n) 0' TO B -0' I I I-Irl 1'.6- 13'-6' f -8' I 16' -6' PA' 8'- 1'7016' -0' 8' -0' I' -6' 10' -0' 2'0' f2'•O 2' -6' 16' - PTO 25' -P -7'-(r I' -6' 9' -0T 2' -R 10' -6' 2' 6' NOTES 1, 2000 -0 SPUN R.C. PIPE OF SAME DIAMETER AS THE EXISTING PIPE MAY BE USED ONLY WHEN THE EXISTING PIPE IS A.C.. CONCRETE OR R.C. PIPE AND THE TRENCH WIDTH IS 5' -0' OR LESS. 2. THE CONCRETE COLLAR JOINT SHALL BE USED FOR JOINTS IN STORM DRAIN PIPE. CASE 4 j— �— F�— COLUMN SUPPORT WITH REINFORCED — C�O.NNCjRRETE BEAM Its f \TO BEINSUPPORTED 3 12' X 12 ( \ COLUMN 4 -M6 BARS 2' CL. M3 C 12 TIES s4 BARS C' 12 BOTH WAYS CONCRETE — 12- MIN. L.. F PIPE CONDUIT T T Lt•.e.•1 T S H EE NOTE 6) 2' CL. 12' aISE' COLUMN) 4- E A. SLEEVE IN 4 -K6 BARS PRECAST BEAM TO BE FILLED %.- N3 Ca 12 TIES — WITH CLASS 'C'O to ♦1 BARB CC 12 MORTAR. r . l ml= F— f BOTH WAYS SECTION F -F COLUMN. SUPPORT BEAM W WIDTH 2 X T -- (MIN. 2' -0') R.C. BOX CONDUIT NOTES 1. SPAN 'S' SHALL BE MAXIMUM 18 FT. FOR EARTH COVER 8 FT. OR LESS, 12 FT. FOR EARTH COVER 16 FT. OR LESS, AND 10 FT. FOR OVER 16 FT. EARTH COVER. 2. ALL CONCRETE SHALL BE 560 -B -3250. 3. WHEN THE PIPE TO BE SUPPORTED CROSSES THE TRENCH ON A SKEW ANGLE, THE WALL OR BEAM WHICH SUPPORTS THE COLUMN SHALL BE CONSTRUCTED AT RIGHT ANGLE TO THE TRENCH. 4. SUPPORT SYSTEM MAY BE USED OVER CAST -IN -PUCE STRUCTURES. 5. BACKFILL ABOVE THE SUPPORT BEAM SHALL NOT BE PLACED UNTIL 72 HOURS AFTER THE SUPPORT IS POURED. 6. REINFORCED CONCRETE BEAM DIMENSIONED AND REINFORCED PER TABLE UNDER CASE 1. GENERAL NOTES I. 'S' IS THE SPAN OF THE PIPE SUPPORT MEASURED ALONG ITS CENTERLINE. 2. 'B' IS THE LENGTH OF BEARING OF THE SUPPORT AGAINST UNDISTURBED EARTH MEASURED ALONG THE PIPE CENTERLINE. 3. CASE 2 SHALL BE USED FOR PARTIAL CROSSINGS. EXCEPT THAT WHERE THE DISTANCE FROM A SEWER CHIMNEY TO UN- DISTURBED EARTH IS 18 INCHES OR LESS. THE TRENCH BACKFILL MAY BE DENSIFIED TO 18 INCHES ABOVE A HOUSE CONNECTION SEWER AND THEN RE- EXCAVATED FOR THE PIPE INSTALLATION. 4. ANY SEWER OR STORM DRAIN EXPOSED OR PARTIALLY EXPOSED IN A TUNNEL EXCAVATION SHALL BE SUPPORTED WITH A WALL, CASE 2. S. IF BEDDING IS REMOVED FROM THE EXISTING PIPE THAT WILL REMAIN IN PLACE, THE PIPE SMALL BE EMBEDDED WITH CONCRETE AT NO EXTRA COST TO THE AGENCY. 6. UNLESS OTHERWISE INDICATED. CONCRETE SHALL BE CLASS 42D-C -2000. AMERICAN PUBLIC WORKS ASSOCIATION — SOUTHERN CALIFORNIA CHAPTER 67224 FLAN + SUPPORTS FOR CONDUITS ACROSS TRENCHES 224-0 I BHEET 2 OF 2 ki }" 1 SURFACE FLOWLINI w LOCATION TIE PLAN SURFACE FLOWLINE 4" R SECTION A -A FIN.SHED SURFACE CENTER SUPPORT FOR & CENTER SUPPORT FOR MULTIPLE GRATES MULTIPLE GRATES > > i } 3- R i OPTIONAL ROUGHENED CONSTRUCTION JOINT SECTION B -B �MONOLI� TOR BASIN CONNECTION STRUCTURAL DATA WALL AND SLAB DIMENSIONS AND REINFORCEMENT REOUIREMENTS NO. OF GRATES MAX. V 1 REINFORCEMENT FOR WALLS AND SLA &Q 1 -2 4 6 NOT REQUIRED 1 - 2 e' B" 1 -2 10 10 1 -2 12 10 REQUIRED 3 -4 4' 6. NOT REQUIRED -4 7 3 -0 1 B' S- REQUIRED -4 12' 5-8 a 6 NOT REWIRED S -6 S -6 S' B" REQUIRED 6 12 10 > 6 4' 6- >6 8 8 >6 2' 10" AMERICAN PUBLIC WORKS ASSOCIATION — SOUTHERN CALIFORNIA CHAPTER PROMULOIITEO BY TIE APWA4DC GRATING CATCH BASIN - ALLEY STMOARD PLAN JOUR COOPERATIVE COMMITTEE (LONGITUDINAL) 1 I 304 -1 ISM REV. ISSE SHEET 1 OF 2 USE WITH STANDMD SPECIRCATONS POR PUBLIC WORKS CONSTRUCTION u LJ 1 1 [] 1 1 1 NOTES: • 0 1. ALL CURVED CONCRETE SURFACES SHALL BE FORMED BY CURVED FORMS AND SHALL NOT BE SHAPED BY PLASTERING. 2. ONE GRATING IS REQUIRED UNLESS OTHERWISE SHOWN ON THE PROJECT PLANS. 3. FLOOR OF BASIN SHALL BE GIVEN A STEEL TROWEL FINISH AND SHALL HAVE A LONGITUDINAL AND LATERAL SLOPE OF 1:12 MINIMUM AND 1:3 MAXIMUM, EXCEPT WHERE THE SURFACE GRADE EXCEEDS 8 PERCENT, IN WHICH CASE THE LONGITUDINAL SLOPE OF THE FLOOR SHALL BE THE SAME AS THE SURFACE GRADE. SLOPE FLOOR FROM ALL DIRECTIONS TO THE OUTLET. 4. DIMENSIONS: V = 3.5 FEET. V� = THE DEPTH AT THE UPSTREAM END OF THE BASIN AND SHALL BE DETERMINED BY THE RE- QUIREMENTS OF NOTE 3, BUT SHALL NOT BE LESS THAN 2.5 FEET. V, = THE DEPTH AT THE INVERT OF THE INLET. NOTED ON THE PROJECT PLANS. W = 2 FEET 11 -3 8 INCHES FOR ONE GRATING; ADD 3 FEET 5-18 INCHES FOR EACH ADDITIONAL GRATING. A = THE ANGLE, IN DEGREES, INTERCEPTED BY THE CENTERLINE OF THE CONNECTOR PIPE AND THE CATCH BASIN WALL TO WHICH THE CONNECTOR PIPE IS ATTACHED. 5. PLACE CONNECTOR PIPES AS INDICATED ON THE PROJECT PLANS. UNLESS OTHERWISE SPECIFIED, THE CONNECTOR PIPE SHALL BE LOCATED AT THE DOWNSTREAM END OF THE BASIN. WHERE THE CONNECTOR PIPE IS SHOWN AT A CORNER, THE CENTERLINE OF THE PIPE SHALL INTERSECT THE INSIDE CORNER OF THE BASIN. THE PIPE MAY BE CUT AND TRIMMED AT A SKEW NECESSARY TO INSURE MINIMUM 3 -INCH PIPE EMBEDMENT, ALL AROUND, WITHIN THE CATCH BASIN WALL, AND 3 -INCH RADIUS OF ROUNDING OF STRUCTURE CONCRETE. ALL AROUND, ADJACENT TO PIPE ENDS. A MONOLITHIC CATCH BASIN CONNECTION SHALL BE USED TO JOIN THE CONNECTOR PIPE TO THE CATCH BASIN WHENEVER ANGLE "A" IS LESS THAN 70 DEGREES OR GREATER THAN 110 DEGREES, OR WHENEVER THE CONNECTOR PIPE IS LOCATED IN A CORNER. THE OPTIONAL USE OF A MONOLITHIC CATCH BASIN CONNECTION IN ANY CASE IS PERMITTED. MONOLITHIC CATCH BASIN CONNECTIONS MAY BE CONSTRUCTED TO AVOID CUTTING STANDARD LENGTHS OF PIPE. 6. STEPS SHALL BE LOCATED AS SHOWN. IF THE CONNECTOR PIPE INTERFERES WITH THE STEPS, THEY SHALL BE LOCATED ON THE OPPOSITE WALL AT THE CENTERLINE OF THE DOWNSTREAM GRATING. STEPS SHALL BE SPACED 12 INCHES APART. THE TOP STEP SHALL BE 7 INCHES BELOW THE TOP OF THE GRATING AND PROJECT 2 -1/2 INCHES. ALL OTHER STEPS SHALL PROJECT 5 INCHES. 7. THE FOLLOWING STANDARD PLANS ARE INCORPORATED HEREIN: 308 MONOLITHIC CATCH BASIN CONNECTION 309 CATCH BASIN REINFORCEMENT 311 FRAME AND GRATING FOR CATCH BASINS 635 STEEL STEP 636 POLYPROPYLENE PLASTIC STEP AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STUMARD PLM 304 -1 (LONGITUDINAL) GRATING CATCH BASIN - ALLEY LONGITUDINAL - - • • 0 MAR 2 7 W TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT March 27, 1995 CITY COUNCIL AGENDA ITEM NO. 1 7 SUBJECT: BALBOA BOULEVARD RECONSTRUCTION, 12TH STREET TO 14TH STREET (C -2936) RECOMMENDATION: Affirm the Categorical Exemption of Environmental Impact. Approve the plans and specifications. Authorize City staff to advertise for bids. DISCUSSION: The current budget includes funding for a project to provide street, landscaping and drainage improvements to Balboa Boulevard between 12th Street and 14th Street. The project will correct drainage problems along Balboa Boulevard particularly in the area of Newport Elementary School. The existing drainage system does not provide positive drainage to the Bay and large puddles, which block the intersections and entrance to the school, remain for a long time after rain stops. The project will provide for the removal of all existing sidewalk, street pavement and median island improvements, and will construct new storm drain, sidewalk, street pavement, median pavement, median landscaping and new street end improvements with a gated storm drain outlet structure to the Bay at the 13th Street street end. The Orange County Sanitation District (OCSD) has requested that minor maintenance to seal joints in their 18" sewer line be included as part of the City's project. The work is accomplished with the sewer line in service but requires night work when sewer flows are at a minimum. The work is performed through manhole access in the pipe and does not require additional excavation. The work can be completed in a week and is estimated to cost $10,000 which OCSD will pay. The work is included in the plans and the project specifications permit the contractor to accomplish the joint seal operation between 10:00 p.m. and 6:00 a.m. City staff has met with Newport Elementary School principal Dr. Bill Knight and representatives of the PTA. Their concerns were for loss of parking during construction, class disruption due to construction noise and the disruption of access for students arriving and departing school. In order to avoid conflicts with school operations, the project specifications provide for the work in Balboa Boulevard between 13th Street and 14th Street adjacent to the school to be accomplished while school is closed for the summer from June 22 to August 15. Access ramps and a wider sidewalk adjacent to the school at 14th Street are also provided for with this project. 0 0 SUBJECT: BALBOA BOULEVARD RECONSTRUCTION, 12TH STREET TO 14TH STREET (C -2936) March 27, 1995 Page 2 City staff met with business representatives from the Peninsula to discuss the project. Their concern was directed at restricted access associated with lane closures on Balboa Boulevard especially during the summer months. This project will not restrict access through the signal at the 15th Street intersection and the specifications require that one lane in each direction be maintained at all times on Balboa Boulevard, through the construction zones. The specifications also require that Balboa Boulevard be open to two lanes of traffic in each direction on weekends, holidays and whenever possible at the end of each working day. The business representatives remained concerned about access during construction but were pleased that the specifications would prohibit work on the weekends and holidays and open two lanes of traffic in each direction on the weekends and at the end of each working day when possible. City staff has also met with representatives of the Peninsula and Central Newport to review the project and landscape concept plans for the median improvements. Landscape concepts were refined and a recommended landscape plan was approved by the Parks, Beaches and Recreation Commission at their December 6, 1994 meeting. The project provides for canopy trees, palm trees, shrubbery, irrigation and decorate median paving. The concept design plans approved are attached. California Coastal Commission staff reviewed the project and issued a waiver of Coastal Development Requirements /De Minis Development- Section 30624.7 of the Coastal Act. The Environmental Affairs Committee has determined that the project is categorically exempt from the provisions of CEQA. Upon affirmation by the City Council, a class 3 Notice of Exemption for the project will be filed with the County Clerk. Plans, specifications and estimates (PSE) for the project have been prepared by Williamson and Schmid Consulting Civil Engineers. Hydrologic calculations were made assuming open flow to the Bay. At high tides, a tide gate is required to prevent Bay water from flowing back onto the roadway. Specific attention was made during design to not raise the new street grades above the storage in the existing street grades. This was accomplished so that in the event of rain during periods of high tides water storage in the new street remains equal or greater than the existing street sections. The engineers estimate for construction is $900,000.00. Completion of work on the project is estimated in September 1995. dlaa Don Webb Public Works Director JW:kc Attachments • • • ♦ + rte'. `r � '� .r+. :�`! '`yi D f e ,gyp H � Z ZZ t+ o i X4541' � ,y �k -;: *, a k {� 4 t Y 4 ♦ 1 r r �: } ar f r* 'U J w<[ 7, Hof U O ku r , „ i � V ti•r 3 V . . . � W w O v Z v .•• « m H �A l PIP w v ct� Z v v� tt � v �O �0 3 r is 4 at - IM3 lwiv� AA WY P, i oil �o I a AMU a I ■. r; Y. Authorized to Publish Advertisements of all kind uding public notices by Occree of the Superior Court of Orange County, raornia. Number A -6214, September 29, 1961, and A -24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. 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 below entitled matter. am a principal clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City.of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: April 8, 12, 1995 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on April 12 199 5 at Costa Mesa, California. C Signature 0 by t 27th Prospective bidders my obtain om set of bid docu- ments at no. cost at tite of- fice of the Public Works Department, 9300 Newport Boulevard, P.O. Box 1768, Newport Beach CA 92859• 1766 . For further information, Call. John Waller, N (714) 8443311 . Published. Newport Beach-Oosta Mesa DsOy PBOt_April 8, 12, 1995 . S"86I