Loading...
HomeMy WebLinkAboutC-8891-2 - Arroyo Park Synthetic Turf Installation2 CID CI CITY OF NEWPORT BEACH 0 NOTICE INVITING BIDS V Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 8' day of June, 2023, at which time such bids shall be opened and read for ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO. 23P11 CONTRACT NO. 8891-2 $2,650,000 Engineer's Estimate aEW PpRr a. O 1 a. cq G/ Fp0.N Y Approved by r i _. �.•71i �V c glib - /James M. Houlihan [Deputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: hftp://www.planetbids.comiportal/portal.cfm?CompanVID=22078 Mouse Graphics at (949) 548-5571 659 W. 19"' Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" For further information, call Tom Sandefur, Project Manager at (949) 644-3321 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: https://w.newportbeachca.aov/oovemment/data-hub/online-services/bids-rfos-vendor- repistration City of Newport Beach ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO. 23P11 CONTRACT NO. 8891-2 TABLE OF CONTENTS NOTICE INVITING BIDS ............... _.._....._..............................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)..................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................................... 10 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER...........................................................................21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND...........................................................Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIAL PROVISIONS............................................................................................ SP-1 9 City of Newport Beach ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO. 23P11 CONTRACT NO. 8891-2 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk We PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via Phinelfts) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Conbactor shall confimr via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items 10 be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2n° Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Once. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. 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. 6. 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. 7. In accordance with the California Labor Code (Sections 1770 at 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 by calling the prevailing wage hotline number (415) 703.4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7961 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 of seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act'. 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 (with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subjectto compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been 803447 A, B, C8; C12; C61/D12 Contractors License No. 8 Classification Aut 100 000 0392 06/07/2023 DIR Registration Number & Expiration Date Date Byrom -Davey, Inc. Bidder City of Newport Beach ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO. 23P11 CONTRACT NO. 8891-2 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percentof Total Armunt Bid -- - — Dollars($ 10%of Bid- ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of Arroyo Park Synthetic Field Installation, Contract No. 8891-2 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety fro abons under this Bond. Witness our hands this 26th day of Me 02 i Byrom -Davey, Inc. Af-. C ztt C 1 Name of Contractor (Principal) Authorized iSignatureffitle Pfcs\dcnlr $ Sc.cfotU'M1J+ Nationwide Mutual Insurance Company Name of Surety V Authorized Agent Signature 18700 North Hayden Road, Suite 150, Scottsdale, AZ 85255 Address of Surety (480)365.4037 Telephone Lawrence F. McMahon, Allomey-in-Fad Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On , 20_ before me, Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hisfher/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification _ Credible Witness(es) (seal) Thumbprint of Signer ❑ Check here if Capacity(tes) claimed by Signer(s): no thumbprint Trustee or fingerprint Power of Attorney is available. CEO / CFO / COO President / Vice -President / Secretary / Treasurer Other: Other Information: Please See Attached California All -Purpose Acknowledgment for Surety ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On , 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On , 20_ before me, , Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San On May 26, 2023 before me, Minna Huovila, Notary Public (insert name and title of the officer) personally appeared Lawrence F. McMahon who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MINNA NlloV1LA UOMM. R23138113 0 NOTARY PUSUFCAUPONNIA N s, SAN GIEGO COUNTY 11 MY CMmiNlb,1 EipNN ' OECEMBEa B,a]]3 Signature (Seal) Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio cerpo stion hereinafter referred to severally as Me "Company' end collectively as She Canpanies' does hereby make, constitute and appoint: CHRISTOPHER CONTE, JANICE MARTIN, LAWRENCE F MCMAHON, MARIA GUISE, RYAN WARNOCK, SARAH MYERS, DALE G HARSHAW, GEOFFREY SHELTON, JOHN R QUALIN, MINNA FIUOVILA, TARA BACON each in their individual conicity, its true and lawful aflomey-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties, not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to he same extent as IT such Instruments were signed by the duly authorized officers of the Company: and all acts of said Adomey pursuant to he authority given are hereby ratified and confirmed. This pourer of aftomey is made and executed pursuant to and by authority of the following resolution duly adopted by the boom of dem ors of the Company: 'RESOLVED, Mat the president, or any vice president be, and each hereby is, arMorzed and empowered to appoint alturneye-in-fact of Me Company, and to auhotlu them to execute and deliver on behalf "a Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies. contracts guaranteeing Me fidelity of pawns holding positions of pudic of private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or rei with or without cause, any such appointment or authority; provided however, that the authority granted hereby shall in no way limit Me authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company.' 'RESOLVED FURTHER, that such ahomeys-m-fact shall have fug power and authority to execute and deliver any and all such documents and to bind the Company subject to Me terms and limitations of the power of attorney issued to them, and to affix Me seal of the Company thereto; pmvlded, however, Mat said seal shall not he necessary for the validity of any such documents.' This power of attorney Is, signed and sealed under and by Me following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have Me power and authority to sign or attest all approve ud ents, nai uments, contracts, or other papers in connection with the operation of Me business of the company, in addition to the chairman of Me board, the chief executive officer, president, treasurer or secretary, provided however, the signature of any of Mein may be printed engraved or stamped on any approved document. contact instrument. or other papers of the Company. IN WITNESS WHEREOF, Me Company has caused this instrument to be sealed and duly shaded by he signature of its officer the 20M day of August, W21. L Al ommus, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT 44111111�` STATE OF NEW YORK COUNTY OF NEW YORK sa ow' On Mix 20th day of August, 2021, before me cam Me above -named officer for the Company i ugme aforesaid, to me personally known to be the officer described in and who executed the preceding SEALy instrument, and he acknowledged he execution of Me same, and being by me duly sworn, deposes and says, that he is Me officer of the Company aforesaid, Mal Me seal affixed /%4e-11 A hereto is Me corporate seal of sold Company, and the said corporate seal and his signature were duly affixed and subscribed M said instrument by Me authority and direction of said Company. NMayhEOc.eubdleli.lactarosloWn,h f-'�-��r�• Np. misda RH9 nualMM in NBw IsvoMCo, �yyw pye Gnnrivxn E�" obsrt ]pR{ vvt mu.e N CERTIFICATE I, Laum B. Guy, Assistant Secretary of Me Company, do hereby certify that Me foregoing is a full, true and correct copy of Me original power of attorney Issued by the Company; that Me resolution included therein is a true and correct danscdpt firm the minutes of the meetings of the boards of directors and Me same has not been revoked dismantled in any manner. Mat said Antonio C- Albanese was on Me data of Me execution of the foregoing power of attorney Me duly elected officer of the Company, and Me corporate seal and he signature as officer were duly affixed aid subscribed to he said instrument by Me authority of said board of directors; and the foragoing power of attorney is still M full tome and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and ahimil the corporate seal of said Company his 26th day of May 2oM3 e�" 4� Cry �- AssistantSecretary Sou 1(0&21 ro ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document_ State of California County of San Diego t On Mau 31, 2o23 before me, Kelley M. Parham, Notary Public c 1 - f�_ (insert name and title of the officer) personally appeared 3�eve jvl who proved to me on the basis of satisfactory a ence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS ury frond and off16alseat 1'�n nteltFy M.229R7N8A0M 000MM.g a bNoay Pic - Callarnia SroCountan Diegy ComcesJa Signature jVI(1/j (Seal) m. ne 7. 2023 City of Newport Beach ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO. 23P71 CONTRACT NO. 88914 DESIGNATION OF SUBCONTRACTOR(S) AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid, If a subcontractor is not listed, the Contractor represents that helshe is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid 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. 146—chanaes may be made in these subcontractors except with prior approval of the City of Newport Be Bi is at also include DIR registration numbers for each subcontractor. Byrom -Davey Inc. President &Secretary Bidder Authoriz Slgnatu le City of Newport Beach ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO. 23P11 CONTRACT NO. 8891-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name Byrom -Davey Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. Contractor is required to certify that they have the minimum amount of experience outlined below for grading, installing drainage, and installing turf. If turf is to be installed by a subcontractor, the subcontractor must also fill in a technical and experience reference sheet. Minimum qualifications: Installation of six separate synthetic turf projects with a minimum of 65,000 square feet contiguous base area per project. Four separate soccer fields / two softball fields shall be part of the six qualifying fields. Please list these projects below. No. 1 Project Name/Number Eisenhower Park Park improvements, lighting, restroom/concession building, Project Description basketball court, and synthetic hied Field Size (SF) 877 500Turf Manufacturer AstroTurf Type of InBII Sand/Rubber Approximate Construction Dates: From July 07, 2019 To: February 22, 2022 Agency Name City of Arcadia Contact Person Eddie Chan Telephone ( ) (626) 254-2713 Original Contract Amount $6=000.wFinal Contract Amount $6.552,449.00 If final amount is different from original, please explain (change orders, extra work, etc.) orders - additions work 10 Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor'? If yes, briefly explain and indicate outcome of claims. No No. 2 Project Name/Number Rio Mesa Playfield Stadium Renovations Project Description Field Renovations Field Size (SF)78.000Turf Manufacturer FieldTurf Type of Infll Sand/Rubber Approximate Construction Dates: From May 27, 2020 To: March 05, 2021 Agency Name Oxnard Union High School District Contact Person Gustavo Galindo Telephone ( ) (562) 743-6069 Original Contract Amount $37a5,02] o6inal Contract Amount $3,926,331 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders - additions work Did you file any claims against the Agency? Did the Agency file any daims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 3 Project Name/Number Lompoc High School Project Description Track & Field Project Field Size (SF) 76,000Turf Manufacturer FieldTurf Type of Will Sand/Rubber Approximate Construction Dates: From August 13, 2019 To: June 04, 2020 Agency Name Lompoc Unified School District Contact Person Doug Sorum Telephone ( ) (805) 717-1202 Original Contract Amount $3,e27,315.oFinal Contract Amount $ 3,727-315.00 If final amount is different from original, please explain (change orders, extra work, etc.) 11 Change orders - reduction to original contract Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 4 Project Name/Number El Dorado Park West Soccer Turf Field Project Description See Attached Field Size (SF) 88_0001-urf Manufacturer FieldTud Type of Infill Sand/Rubber Approximate Construction Dates: From March 29, 2021 To: September 24, 2021 Agency Name City of Long Beach Contact Person Nancy Villaseflor Telephone ( ) (562) 570-6563 Original Contract Amount $1,323.115.C¢inal Contract Amount $1,393,677.00 If final amount is different from original, please explain (change orders, extra work, etc.) Order Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 6 Project Name/Number Eastlake High School Title IX Softball Facility & Track & Field Project Description See Attached Field Size (SF) 88,907Turf Manufacturer FielduTurf Type of Infill Sand/Rubber Approximate Construction Dates: From June 29, 2021 To: June 07, 2022 Agency Name Sweetwater Union High School District Contact Person Armando Murillo Telephone ( ) (619) 218-1115 Original Contract Amount $ L5ww7. w Final Contract Amount $ 5,684,386.00 12 If final amount is different from original, please explain (change orders, extra work, etc.) Change Order Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 6 Project Name/Number Fred Kelly Modernization at El Modena High School Inc. Complete stadium renovation. New field/track, concession stands, Project Description weight room, restrooms, stands, lighting & scoreboard Field Size (SF) 80_OOOfurf Manufacturer Act Global Type of Infill Sand/Rubber Approximate Construction Dates: From To: June 16, 2020 Agency Name Orange Unified School District Contact Person Scott Harvey Telephone ( ) (657) 291-3260 Original Contract Amount $r7.900.027 ofinal Contract Amount $19,813,165.00 If final amount is different from original, please explain (change orders, extra work, etc.) Additional scope Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site COnstruc iorrM nager for the Contractor. Upon request, the Contractor shall attach a financial atem an other information sufficiently comprehensive to permit an appraisal o the C act s current financial conditions. Byrom -Davey, Inc. President & Secre Bidder duThork, naturelTille 13 CONTRACTOR PREQUALIFICATION APPLICATION TMWI Larry will provide the day-to-day project management for the MVUSD football and YEARS WITH THE FIRM/INDUSTRY track improvements. He will lead project meetings along with the District and 7 Years with Byrom -Davey, Inc. Architect, manage RFI's, change directives, submittals, 3-week look ahead 35+ Years in the Industry schedule, schedule of values, value/cost engineering and design assist. He will coordinate with site superintendents, A/E's and supervise project closeout documents. Covina Valley Unified Northview HS Larry will provide the day-to-day project management for the MVUSD football and YEARS WITH THE FIRM/INDUSTRY track improvements. He will lead project meetings along with the District and 7 Years with Byrom -Davey, Inc. Architect, manage RFI's, change directives, submittals, 3-week look ahead 35+ Years in the Industry schedule, schedule of values, value/cost engineering and design assist. He will coordinate with site superintendents, A/E's and supervise project closeout documents. Covina Valley Unified Northview HS •Aquatic Center lr $4,500,000 Northview HS Track & Field $1,754,713 South Hill HS Baseball Field $77,566 South Hill HS Track & Field $1,752,437 Covina Valley USD Stadium Building $7,927,984 Covina Valley USD Complete Stadium $8,571,000 Covina Valley USD Demo & Grading $1,179,000 Larry's Role — Project Manager EDUCATION College San F r Union$23,096,380 PROFESSIONAL CERTIFICATION LICENSE / REGISTRATION La Costa Canyon HS Site Development $9,137,538 - OSHA 10 Canyon Crest Academy Fields&Buildings $13,011,577 -OSHA 30 Canyon Crest Academy Site Grading $947,265 Larry's Role — Project Manager BYROM-DAVEY, INC. CONTRACTOR PREQUALIFICATION APPLICATION ROIECT SUMMARY Tca Paul oversees and controls all operations Involving the project. He strategically YEARS WITH THE FIRM/INDUSTRY schedules our project teams and organizes their daily activities on projects, 20 Years with Byrom -Davey, Inc. ensuring we deliver the highest quality of workmanship. All projects' managers 40+Years in the Industry and superintendents report to him so that he can provide quality assurance for their administration of the project. Northview HS Aquatic Center $4,500,000 Northview HS Track & Field $1,754,713 South Hill HS Baseball Field $77,566 South Hill HS Track & Field 1 $1,752,437 Covina Valley USD Stadium Building 1 97,927,984 Covina Valley USD Complete Stadium $8,57"000 Covina Valley USO Demo & Grading $1,179,000 Paul's Role — Company Operations a La Costa Canyon HS Site Development I•. :r $9,137,S38 Canyon Crest luademy Fields &Buildings $13,011,577 Can on Crest Academy Site Grading $947,265 Paul's Role—Com any Operations EDUCATION Course Work —Community College PROFESSIONAL CERTIFICATION / LICENSE / REGISTRATION • OSHA 30 • OSHA 30 BYROM-DAVEY, INC. City of Newport Beach ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO. 23P11 CONTRACT NO. 8891-2 NON -COLLUSION AFFIDAVIT State of California ) County of San Diego j as. Steve Davey being first duly mom, deposes and says that he or she is ore going bid; thaeuiryt of ayrom-Davey. Inc. the party making the foregoing bid; that the bid is not matle in the interest of, or an behalf of, arty undisdosetl person. partnership, company, association, organization, or corporation; that the bid,, genuine and not Collusive or sham, that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, Partnership. company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, Connived or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements Contained in the bid are true, and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the Contents thereof, or divulged information or data relative thereto, or paid and will not pay, any fee to any corporaton, partnership, company association, organization, bid depositary, or to any member orjo'a'l o effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of he bregoing is We and correct. Byrom -Davey, Inc. President & Secretary BidderAuthorize Subscribed and sworn to (or affirmed) before me on this —day of , 2023 by , proved to me on the basis of satisfactory evidence to be the persons) who appeared before me. I Certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. See Attached [SEAL) 14 Notary Public My Commission Expires: ACKNOWLEDGMENT gublic or other offcer completing this verifies only the identity of the individual d the document to which this certificate is and not the truthfulness, accuracy, or hat document. State of California County of San Diego 1 On June 05, 2023 before me, Kelley M. Parham Notary Public _ (insert name and title of the officer) personally appeared SteVe Davey who proved to me on the bases of sahsfactory evidence to be the persons) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/shetthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing Paragraph is true and correct. WITNESS my hand and official seal. KELLEy M. 1`1011 C p k2291800 o:• m Notary COMM.M. California a San Diego Courtly M Comm. Ex Ires Joe 7, 2023 Signature (Seal) City of Newport Beach ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO.23P11 CONTRACT NO. 8891-2 DESIGNATION OF SURETIES Bidder's name Byrom -Davey, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Qualin 619-920-3089 15 City of Newport Beach ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO. 23P11 CONTRACT NO. 8891-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Byrom -Davey, Inc. Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Yearof for for for for for Record 2022 2021 2020 2019 2018 Total 2023 No. of contracts 25 21 20 20 32 118 Total dollar Amount of $41.511.293 M427760 $45,422,100 $62,382,046 $36.2W,968 $202,953.187 Contracts (in Thousands of $ No. of fatalities 0 0 0 0 0 10 0 No. of lost Workday Cases 0 2 0 0 0 0 2 No. of lost 0 16 0 0 0 26 42 workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. M Legal Business Name of Bidder Byrom -Davey, Inc. Business Address: 13220 Evening Creek Drive South Suite 103 San Diego, Ca 92128 Business Tel. No.: 858-513-7199 State Contractor's License No. and Classification: 803447 A; B; C8; C12; C61/D12 Title President 8 Secretary The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the informati d accurate within the limitations of those records. Signature of bidder Date 06/07/2023 Title President B Secretary Signature of /12�--1 n bidder l7�yy`- Date 06/07/2023 Title Vice President Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] 17 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego ) On June 05, 2023 before me, Kelley M. Parham Notary Public _ (insert name and title of the officer) personally appeared Steve DElyey who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. KELLEY M. PARHAM COMM. #2291800 z rcu Notary Public - California z z San Diego County MV Comm. Expires June 7, 2023 Signatur 6Q, (Seal) ACKNOWLEDGMENT Eoublic or other officer completing Ihis verifies only the identity of the individual d the document to which this certificate is and not the truthfulness, accuracy, or that document. State of California County of San Diego On June 05, 2023 before me, _ Kelley M. Parham Notary Public _ (insert name and title of the officer) personally appeared Christine BUtler who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he/shetthey executed the same in his/her/their authorized capacity(ies), and that by his/herttheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. REEEEY M. PARHAM COMM. 8229/800 z 1� �J���j���/�J�%/� ¢_ Notary Public Calitornla o � T-�'.-9� CdS San DIeAo County - M Comm. Ea "ves June 7. 2023� Signatgre W LG?.l (Seal) City of Newport Beach ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO.23P11 CONTRACT NO.8891-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Byrom -Davey, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy 18 Page 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Q ADDENDUM NO. 1 Arroyo Park Synthetic Turf Field Installation CONTRACT NO 8891-2 DATE: BY:�� City Engineer TO: ALLPLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. Plans: Please replace the Irrigation Plan L-3.01 and Irrigation Details and Notes L-4.01 with the attached plan sheets. Special Provisions: Section 800-2.1.3: include the following: "General. Use only new materials of brands and types noted on Contract Drawings specified herein, or approved equals. Paragraph 2 shall be deleted and replaced with the following: PVC Pressure Main Line Pipe shall be Class 315 PVC with PVC schedule 80 fittings for pressure main pipes 2.5 inches and larger. PVC schedule 80 pipe and fitting with solvent welded joints for pressure main piping 2 inch and lesser diameter. PVC schedule 40 solvent welded piping shall be used for all non -pressure lateral line piping." Page 2 of 2 Bidders must sign this Addendum No. 1 and attach It to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have Included full payment in my Proposal. Byrom -Davey, Inc. Bidder's Name (Please Print)_ 06/05/2023 i Date President & Secretary Authorized Signature lle Attachments: PLANS — Arroyo Park Sheets L-3.01 and L-4.01 City of Newport Beach ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO. 231311 CONTRACT NO. 8891-2 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Byrom -Davey, Inc. Business Address: 13220 Evening Creek Drive South, Suite 103, San Diego, Ca 92128 Telephone and Fax Number: 858-513-7199 858-513-7198 California State Contractor's License No. and Class: 803447 A; B; C8; C12; C61/D12 (REQUIRED AT TIME OF AWARD) Original Date Issued:01/23/2002 Expiration Date: 01/31/2024 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Steve Davey The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Steve Davey President & Secretary San Diego, CA 92127 858-513-7199 Paul Pankow Sr. Vice President El Ca on, CA 92020 858-513-7199 Vice Christine Butler Vice President Escondido, CA 92027 858-513-7199 Eric Jennings Vice President Fontana, CA 92336 858-513-7199 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NA All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: NA For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; NA Briefly summarize the parties' claims and defenses; NA Have you ever had a contract terminated by the owner/agency? If so, explain Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor co fiance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes 4LLoj 20 Are any claims or actions unresolved or outstanding? Yes ®o If yes to any of the above, explain, (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. Steve Davey /' l (Print name,81"(0wrier orF Iresident of Corpo do ompa Y) Byrom -Davey, Inc. Bidder Auth IgnaturerTRle President & Title 06/07/2023 On before me, . Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. VVITNESS my hand and official seal. See Attached (SELL) Notary Public in and for said State My Commission Expires- 21 ACKNOWLEDGMENT A notary public or other officer completing this Certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validily of that document. State of California County of San Diego ) On June 05, 2023 before me, _ Kelley III Notary Public insert name and title of the officer) personally appeared Steve DaveV who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/am subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herftheir authorized capacity(ies), and that by his/herftheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. KELIEY M. PAKBAM COMM. #2291800 z i '✓e - Notary Public. California o Signatu San Diego County Comm. E fires June 7.2023 It (Seal) ARROYO PARK SYNTHETIC FIELD INSTALLATION CONTRACT NO. 8891-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract') is entered into this 26th day of September, 2023 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City'), and BYROM-DAVEY, INC., a California corporation ("Contractor'), whose address is 13220 Evening Creek Drive South, Suite 103, San Diego, CA 92128, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: Furnish all labor, materials, tools and equipment necessary to install slitfilm, monofilament artificial grass FieldTurf as indicated on the plans, including components and accessories required for a complete installation, including but not limited to, 1. acceptance of prepared sub -base, 2. coordination with related trades to ensure a complete, integrated, and timely installation, aggregate base course, sub -base material (tested for permeability), grading and compacting, piping and drain components (when, required), as provided under its respective trade section (the "Project" or "Work"). C. Contractor has been determined- by City to be the lowest responsible bidder and Contractors bid, and the compensation set forth in this Contract, is based upon Contractors careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidders Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 8891-2, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. k�d�L51;J4k'fci3dNL` 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Million Five Hundred Ninety -Six Thousand, Twenty Seven Dollars and 00/100 ($2,596,027.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Steve Davey to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. Byrom -Davey, Inc. Page 2 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 at seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractorto file a claim in strict conformance with the Government Claims Act. To the extent that Contractors claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 at seq.). WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92668 Byrom -Davey, Inc. Page 3 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Steve Davey Byrom -Davey, Inc. 13220 Evening Creek Drive South, Suite 103 San Diego, CA 92128 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment 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, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. Byrom -Davey, Inc. Page 4 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 at 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 by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Byrom -Davey, Inc. Page 5 Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractors presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence orwillful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless Byrom -Davey, Inc. Page 6 of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.6 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. iY/ li:I_12MX0]0r]4:4: 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 at sea., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 at seg., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractors violation of this Section. Byrom -Davey, Inc. Page 7 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. Byrom -Davey, Inc. Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severabilitv. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attomev's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. (SIGNATURES ON NEXT PAGE] Byrom -Davey, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE m C. Her Attorney Date: 10 11. z.-3 A' I ' u i�G911I/ CITY OF NEWPORT BEACH, a California municioal corporal CONTRACTOR: BYROM-DAVEY, INC., a California corporation Signed in Counterpart By: Steve Davey Chief Executive Officer Date: Signed in Counterpart By: Christine Butler Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Byrom -Davey, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTO RNEY'S OFFICE a California municipal corporation f$on C. Harp\. 8'Noah Blom City Attorney 3/3 Mayor ATTEST: CONTRACTOR: By; L Leilani I. Brown Steve Dave City Clerk Chief Executive Officer Date: September 09, 2023 By: A� �' Christine Butler Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Byrom -Davey, Inc. Page 10 Executed In Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 7901133332 Premium Induct nedTT'erl5nn—amBond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Byrom - Davey, Inc. hereinafter designated as the "Principal," a contract for: Furnish all labor, materials, tools and equipment necessary to install slitfilm, monofilament artificial grass FieldTurf as indicated on the plans, including components and accessories required for a complete installation, including but not limited to, 1. acceptance of prepared sub -base, 2. coordination with related trades to ensure a complete, integrated, and timely installation, aggregate base course, sub -base material (tested for permeability), grading and compacting, piping and drain components (when, required), as provided under its respective trade section, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Nationwide Mutual Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Five Hundred Ninety Six Thousand Twenty Seven Dollars ($2,596,027.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attomeys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. Byrom -Davey, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 at seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 11th day of September 2023 . Byrom -Davey, Inc. Name of Contractor (Principal) Nationwide Mutual insurance Company Name of Surety 18700 North Hayden Road, Suite 150 Scottsdale, AZ 85255 Address of Surety (480) 365-4037 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: q/ I cyn By: �a� A, Harp " as Cit Attorney Authorized Signature/Title CtlrlSh�Gt3ui der ViC-G P�c6ldcnV- zed Agent Signature Lawrence F. McMahon, ABomey-In-Fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Byrom -Davey, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of t ss. On , 20_ before me, , Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (seal) ACKNOWLEDGMENT ` Please See Attached CalifomiaAll-Purpose Acknowledgment for Surety Signature A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 1 ss. On , 20_ before me, , Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Byrom -Davey, Inc. Page A-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of an On September 12, 2023 before me, Linda W. Fong, Notary Public (insert name and title of the, personally appeared Christine Butler who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. N0A F0NG WITNESS my hand and official seal. Publi, �ry m. Caomluion1229525 0my Comm. Expires 0w J, 2025 Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California San County of On September 11, 2023 before me, Minna Huovila, Notary Public (insert name and fitle of the officer) personally appeared Lawrence F. McMahon who proved to me on the basis of satisfactory evidence to be the person(s) whose name(e) is/are subscribed to the within instrument and acknowledged to me that he/skeAhey executed the same in his/490their authorized capacity(ies), and that by his/her/their, signature(e) on the instrument the person(®), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature MINNA HUOVILA ^ COMM. #23,388.3 0 WTARY PUBLIC-CALIFORMA 0 tlV! SM DIEGO COUNT n MY Com si nExp, DECEMBEFB, 20°3 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the'Company^ and col ectively as "the Canpanies' does hereby make, constitute and appoint: CHRISTOPHER CONTE, JANICE MARTIN, LAWRENCE F MCMAHON, MARIA GUISE, RYAN WARNOCK, SARAH MYERS, DALE G HARSHAW, GEOFFREY SHELTON, JOHN R QUALK MINNA HUOVILA, TARA BACON each in their individual capacity, its true and lawful attomeyin-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same agent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and mnfimed. This power of attorney is made and executed pursuant tu and by authority of the following resolution duly adopted by the board of directors of Me Company: 'RESOLVED, that the president. or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of Me Company any and all bonds. forms, applications, memorandums, undertakings, remlinizarims, transfers, contracts of indemnity, polities, contracts guaranteeing Me fidelity of parsons holding positions of public or private trust, and other writings obligatory in nature Mat the business of Me Company may require; and W modify or revoke, with or without cause, any such appointment or authority; provided, however, Mal the authority granted hereby shall in no way limit Me authority of other duly authorized agents to sign and countersign any of saitl documents on behalf of Me Company.' "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject M Me harms and limitations of Me power of attorney issued to them, and to affix Me seal of Me Company thereto; provided, however, Mat said seal shall not be necessary for Me validity of any such documents." This power of attorney is signed and reeled under and by the fallowing bylaws duly adopted by the board of directors of Me Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, mstromeets, contracts, or other papers in connection with the operation of Me business of Me company in addition to the chairman of the board. Me chief executive officer, president, treasurer or secretary; provided, however, Me signature of any of them may be printed, engraved, or stamped on any approved document, contact, instrument, or other papers of Me Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and dory allestDd by the signature of its officer the 20h day of August, 2021. 441�0_ Antonio C. Albanese, Vlee President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: as On this 20th day of August, 2021, before me came the above-namsd officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding �A' w: SEjA L!. instrument, and he acknowledged the execution of Me same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that Me seal affixed hereto is Me corporate, seal of said Company, and he saitl corporate seal and his signature were duly affixed and subscribed to said instrument by he authority and direction of said Company. Notary Wdk.sM. MNew Ywk No. 02Mc6270117 co.. m New YOM County Odolu r is 'A2t �IXbLerl9.a1 m CERTIFICATE I, Laura S. Guy, Assistant Secretary of Me Company, do hereby certify Mat Me foregoing is a full, We and correct copy of the original power of attorney issued by the Company; that the resolution included Mersin is a wa and wrtect transcript from the minutes of Me meetings of the boards of directors and Me same has not been revoked or amended in any manner; that saitl Antonio C. Albanese was on the date of the execution of the foregoing power of attomey the duly elected officer of Me Company, and Me corporate seal and his signature as officer were duly affixed and subscribed a Me said instrument by the authority of said board of directors; and Me foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribetl my name as Assistant Secretary, and affixed Me corporate seal of said Company this I Ith day of September 2g23 Assistant Secretary BDJ 1(08-21)00 Executed In Duplicate • Premium Is for Contract Term and Subject to Adjustment Based on Final Contract Price EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 7901133332 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 25,263.00 , being at the rate of $ thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Byrom - Davey, Inc. hereinafter designated as the "Principal," a contract for. Fumish all labor, materials, tools and equipment necessary to install slitfilm, monofilament artificial grass FieldTurf as indicated on the plans, including components and accessories required for a complete installation, including but not limited to, 1. acceptance of prepared sub -base, 2. coordination with related trades to ensure a complete; integrated, and timely installation, aggregate base course, sub -base material (tested for permeability), grading and compacting, piping and drain components (when, required), as provided under its respective trade section, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Nationwide Mutual Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Five Hundred Ninety Six Thousand Twenty Seven Dollars ($2,596,027.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its 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, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable Byrom -Davey, Inc. Page B-1 expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal 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 111th day of September 20 23 . Byrom -Davey, Inc. Name of Contractor (Principal) Nationwide Mutual Insurance Company Name of Surety 18700 North Hayden Road, Suite 150 Scottsdale, AZ 85255 Address of Surety (480) 3664037 Telephone APPROVED AS TO FORM: CITYATTORNETS OFFICE Date: Aa C. Harp 9 wa3 City -Attorney Lawrence F. McMahon, Attorney -In -Fact Print Name and Title NOTARYACKNOMEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Byrom -Davey, Inc. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On , 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) !stare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT "Please See Attached CaliforniaAll-Purpose Acknowledgment for Surety Signature A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On , 20_ before me, , Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (seal) Byrom -Davey, Inc. Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego ) On September 12, 2023 before me, Linda W. Fong, Notary Public (insert name and title of the officer) personally appeared Christine Butler who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. il NDA FpNp WITNESS my hand and official seal. _ Na,ry F(AWCOanfarnW San Dleeocnunq Commiulon / 2385154 ^ q My Comm. Upirn Dec 3, 2p25 + (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Californian County of On September 11, 2023 before me, Minna Huovila, Notary Public (insert name and title of the officer) personally appeared Lawrence F. McMahon who proved to me on the basis of satisfactory evidence to be the person(e) whose name(s) is/ere subscribed to the within instrument and acknowledged to me that he/ekekNey executed the same in his/AeAtgeiE authorized capacity(ies), and that by his/heNtheir signature(s) on the instrument the person(®), or the entity upon behalf of which the person(®) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ,., MINNA HUOVILA COMM. #2313863 p 130 j NDIARY PUBLIC CALIFORNIA W S SINN DIEGO COUNtt ' My Comm,sslpn Exprtes DECEMBEF 6, 2023 Signature (Seal) Power of attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to sevemlly as the "Company and collectively as 'the Compames' does hereby make, constitute and appoint: CHRISTOPHER CONTE, JANICE MARTIN, LAWRENCE F MCMAHON, MARIA GUISE, RYAN WARNOCK, SARAH MYERS, DALE G HARSHAW, GEOFFREY SHELTON, JOHN R QUALIN, MINNA HUOVILA, TARA BACON each in their individual capacity, its true and lawful aftomey-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as 9 such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to Me authority given are hereby retified and cenfirrned. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by Me board of directors of Me Company: "RESOLVED, that the president, or any vice president be, and each hereby is. authorized and empowered to appoint adomeysAn-fact of the Company, and to Ruthann them to execute and deliver on behalf of Me Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, comments of indemnity, policies, contracts guaranteeing Me fidelity of persons holding Positions of public or private trust, and other writings obligatory In nature that the business of Me Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, Mat Me authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company.' -RESOLVED FURTHER, Mat such aftomeys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to Me terms and limitations of Me power of attorney issued to them, and to affix the seal of Me Company thereto; provided, however, Mat said seal shall not be necessary for the validity of any such documents.' This power of attorney is signed and sealed under and by Me following bylaws duly adopted by the board of directors of Me Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have Me power and authority to sign or aftest all approved documents, instruments, contacts, or other papers in connection with the abandon of the business of the company in addition to Me chairman of Me board, be chief maculive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, Mannerism, or other papers of Me Company. IN WITNESS WHEREOF, the Company has mused this instrument to be sealed and duly attested by the signature of its officer Me 20th day of August, 2021. 9� Antonio C. Albanese, Vica President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: as �A'' On this 20th day of August, 2021, before me, came Me above -named officer for Me Company aforesaid, to me personally known to be the officer described in and who executed the preceding K.SFAQ., instrument, and he acknowledged Me execution of Me same, and being by me duly swom, deposes and says, that he is the officer of the Company aforesaid, that the deal affixed hemM is Me corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by Me authority and direction of said Company. Sl,Pub9Rub" s_�j7y�/����, MCA&^ SmRdUAiu, Noary PWlk.sub d Nax YCM-V�4�(�A.i No. aztumvallr ibualevi In New Y. County ,yyr p pk ComM9zlon �Eert zozs Nvyn„vey, rep,e, 0�19.AN CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify Mat the foregoing is a full, true and correct copy of the original power of attorney issued by Me Company; Mat the resolution included therein is a true and cemecl transcript from the minutes of Me meetings of the Wards of director: and Me same has not been revoked or amended in any manner, Mal said Antonio C. Albanese was on Me date of Me execution of the foregoing Power of attorney the duly elected officer of Me Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by Me authority of said board of directors; and the foregoing power of attorney is still in full fares and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of mid Company this I Ith day of September 2023 L (% �� Assistant Secretary BD,11(OB-21)00 EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an Byrom -Davey, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractors insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed Byrom -Davey, Inc. Page C-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (16) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits orother requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher Byrom -Davey, Inc. Page C-3 limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractors right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractors performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. 1. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractors insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. Byrom -Davey, Inc. Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Byrom -Davey, Inc. Page C-5 N D D Z u 3 x Z 3 o m w � � - m o tt n E. n �� m o N 3 w N O City of Newport Beach ARROYO PARK SYNTHETIC FIELD INSTALLATION PROJECT NO. 23P11 CONTRACT NO. 8891-2 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanelBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Counciimembers. The undersigned declares that the Contractor has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 8891-2 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: June 05, 2023 Date 858-513-7199 858-513-7198 Bidder's Telephone and Fax Numbers 803447 A; B; C8; C12; C61/D12 Bidders License No(s). and Classification(s) 100 000 0392 DIR Registration Number Byrom-Dav y, Inc. Bidder President & Secretary Biddees-Authorized Signature and Title 13220 Evening Creek Drive South, Suite 103 San Diego, Ca 92128 Bidder's Address Bidder's email address: steved@byrom-davey.com / christineb@byrom-davey.com PRA Piri R 5(Ills Vendor Name Byrom -Davey, Inc. Address 13220 Evening Creek Drive, Style 109 San Diego, California 92128 United States Barnardee Steve Davey Respondee Title President & Secretary Phone 858-513.7199 Email stevediNbyrom-davey. con, Vendor Type License # CADIR Bid Format Electron,, Submitted 06,08,2023 9 37 AM (PDT) Delivery Method Bid Responsive Bid Status Submned Confirmation # 333752 -..pony:-F ( U' In1BI I -�nys i:r-:mm�1l St( i-I ifn,-nis File Title File Name File Type Bid Bond C-8691-2 Byrom Davey Inc pdf Bid Bond C-88912 Byrom -Davey Inc. par General Attachment Bidder's Bond pdf Bidders Bond. car Bid Bond ebmieus I- Shl 5 Subconual Name $Address Basic License Nunn CADIR Amount Type Ace Electric Inc El" 835109 1a0Jul I 11i9 SS34Lpn000 CADIR PO Box 501071 San Diego, Spilfornia 92120 FieldTud USA, Inc. Synthetic Turf 849044 1;10000l S5629505 LO 7445 COTE -BEELIESSE SUITE 200 MONTREAL DUEBEC H4T IG2 Canada Marina Landscape fine. Lantlscape/hngano 4928,,2 I0000000T9 SS174,O181 CADIR 3707 W Garden Grove Blvd Orange, California 92868 On Point Land Surveying Inc. Surveying LS 8133 1000(l00 SS I u,00G 00 1910 Clang, Tree Lane Redlands. California 92374 V B E Tree Service Inc. Tree Removal 654506 100000+93h 5$420001) PO Box 3280 (Trance, California 92865 Discount Terms No Dlscouni 6bYlvnkn uON�rveES al YnDaM6wnl5uuYaiM1lYnM<vaan Pemwesnnimsx�mpnnuw cp Fn[vysYmmwtln Jn. 5wwnmr.umane5rtumcmv0limgammiaum lspaaunyl Frygnal Fs«aNNM,I 0�Ne0PVCPlw 9ve EkoPl<al�. CwN4hiIWRWniy, Felsgnaml Neam sm sw. Jw,� J.«,«.Po a sm.m u9m r�Pona � sPnl.ml smpm�.mla sNro.,.nm.aa. mn, Nnll. ma IwPn 1=,«. cw.0 I:w=Nml ammep..mem smPm....nmm•. wn. Nni. w �mPx nxmmN m«I rsoxNml �mwl,w xx ,nP.nm s«Nm 19P«Nml IOmu wuk Cnwe W mO Poem mnmm 11 O rvmlen116imw0Yl $OP..w.-W. m. pawn -1. —11.1m11m.afiw.m,.l..n11 se.Nmm.m.al9w<Nml ..nsPo1sP=I.ml ,.o•r�.m .wm.mmmwaP«I.nrl Pmnm.a.wmPlm. uom an om P,Ne w..n.l R, cm- 93p940D.00 L9 1 63D.139.W I.M. Yn V vs 39.0o N906.W Vx u � tl)f3Pm St;fm.m W 9[ f S-00 N99.00 Yn 1. SaP6 a 65oe0.00 8956,980000 vv V w Seµ0o0 96,L}W Yw G 3 SD96.00 9e00&Oo vn Po cv 63N 93! W 5�3..wm vx SW.NPo Cr 61M 5�P6�W.00 Yn G e 530�6Po 3&0z5m Yn V l95 6M.Oo 59)Ssm Vn V m6 S1#m SRPeSN W M D 9euC0 T:ue.w Yn FA 1 Sen.w SaDx.00 Yee M 3 95ePW SOm.m vn li 5 SemPaO 64mOm Yn 6 1 Y9;130.N Yx sP e.srs aa.m lll.a .m vx ss I.— s13... su.uzaa rw 66 38951 N.00 sn4mem vx u 1 s+.erzm s9,az.Po rw u Sa a,Poaom mvmPo vx s 3vas alm smm.Po vx LF u wD ssom. PP saxm.m v. 38 1 SI.Y0.Po 91,SA.W vn Sullon Till. rRRAiI OnnETalal U-T.1 53.996,01T.W 53.596.Oi1.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROJECT MANUAL FOR THE PROPOSED IMPROVEMENTS FOR: ARROYO PARK SYNTHETIC TURF FIELD INSTALLATION PROJECT NO. 23P11 CONTRACT NO. C-8891-2 MAY 2023 19C AH:l'i �WDSCAPg 2y�O 9qC/ a U y �. •¢n= a iere Q F 01 1A1\e0 RJM Design Group, Inc. 31591 Camino Capistrano San Juan Capistrano, California 92675 (949)493-2600 TABLE OF CONTENTS 1. GENERAL PROVISIONS PART 1— SPECIAL PROVISIONS SECTION 1 —TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS SECTION 2 — SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-3 SUBCONTRACTS 2-3.2 Self Performance 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-5.2.1 Product Requirements 2-5.2.2 Shop Drawings 2-5.3 Submittals 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 6 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 6-7 TIME OF COMPLETION 6-7.1 General 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6-9 LIQUIDATED DAMAGES SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services 7-2 LABOR 7-2.2 Prevailing Wages 7-7 COOPERATION AND COLLATERAL WORK 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) 7-10 SAFETY 7-10.3 Haul Routes 7-10.4 Safety 7-10.4.1 Work Site Safety 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK 9-3 PAYMENT 9-3.1 General 9-3.2 Partial and Final Payment 2. TECHNICAL SPECIFICATIONS IGREENBOOKI CONSULTMENT AMENDMENTS FOR ALL SITE CONSTRUCTION WITH THE EXCEPTION OF CSI SPECIFICATIONS PART 2 — CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS SECTION 201 — CONCRETE MORTAR AND RELATED MATERIALS SECTION 207 — PIPE SECTION 211 — SOIL AND AGGREGATE TESTS SECTION 213 — ENGINEERING GEOSYNTHETICS PART 3 — CONSTRUCTION METHODS SECTION 300 — EARTHWORK SECTION 301 — SUBGRADE PREPARATION, TREATED MATERIALS AND PLACEMENT OF BASE MATERIALS SECTION 303—CONCRETE AND MASONRY CONSTRUCTION PART 8 — LANDSCAPE AND IRRIGATION 3. TECHNICAL SPECIFICATIONS ICSII C.S.I. FORMAT SPECIFICATIONS FOR: SECTION 0171 23.10 CONFORMANCE SURVEYING SECTION 32 11 16.17 SYNTHETIC TURF PERMEABLE AGGREGATE BASE SECTION 32 12 93.10 ARTIFICIAL GRASS FIELDTURF COOLPLAY 4. APPENDIX A GEOTECHNICAL INVESTIGATION, SYNTHETIC TURF REPLACEMENT PROJET, ARROYO PARK, NEWPORT BEACH BY GMU GEOTECHNICAL, INC., DATED OCTOBER 31, 2022. GENERAL PROVISIONS PART 1 -SPECIAL PROVISIONS NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS ARROYO PARK SYNTHETIC TURF FIELD INSTALLATION PROJECT NO. 23P11 CONTRACT NO. C-8891-2 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. P-5272-S); (3) the Owner's Construction are available at the following website: http://wvvw. newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 —TERMS. DEFINITIONS. ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: Owner — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT Page 1 of 33 At the time of the award and until completion of work, the Contractor shall possess an "A" license. The contractor or subcontractor responsible for the installation of the subgrade, base, drainage, and turf shall meet the requirements of this Specification. Including, but not necessarily limited to, Section 32 11 16.17 Part 1.3 and Section 32 12 93.10 Part 1.4. This includes certification by the manufacturer for installation of the product. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid City of Newport Beach Business License issued by the Owner. 2-3 SUBCONTRACTS 2-3.2 Self Performance The following items shall be designated as "Specialty Items": • Construction Staking and Survey (Item 3) • SWPPP Preparation and Erosion Control Implementation (Item 10) • Site Electrical, Conduit, Pull Boxes, Wiring, Etc. (Item 22) • 9 Musco LED Sport Light Fixtures and 3 Security Light Fixtures (Item 23) • Synthetic Turf Field, Subgrade, drainage, turf, infill, and topper (Items 25 and 26) • Install Turf Area Irrigation System (Item 27) • Install Quick Coupler Wash Down System (Item 28) • 36-Inch Box Trees (Item 31) • Turf Sod (Item 32) • 90 Day Landscape Maintenance (Item 34) 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-5.2.1 Product Requirements Part 1 - General 1.1 Section Includes A. General requirements for products used for the Work, including: 1. General characteristics of products. 2. Product options. 3. Substitutions. 4. System completeness. 5. Transportation and handling requirements. 6. Storage and protection of products. Page 2 of 33 7. Installation of products. 1.2 Related Sections A. Regulatory Requirements: Codes and standards applicable to product specifications; minimum requirements. B. Reference Standards and Abbreviations: References to various standards, standard specifications, codes, practices and other requirements. C. Submittals Procedures: Requirements applicable to submittals for "or equal' and substitute products. 1.3 General Product Requirements A. Products, General: Items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock, and include materials, equipment, assemblies, fabrications and systems. 1. Named Products: Items identified by manufacturer's product name, including make or model designations indicated in the manufacturer's published product data. 2. Materials: Products that are shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed or installed to form a part of the Work. 3. Equipment: A product with operating parts, whether motorized or manually operated, that requires connections such as wiring or piping. B. Specific Product Requirements: Refer to requirements of Quality Control and individual product specifications in Technical Specifications Greenbook, and CSI for specific requirements for products. C. Minimum Requirements: Specified requirements for products are minimum requirements. Refer to general requirements for quality of the Work specked in Quality Control and elsewhere herein. D. Product Selection: Provide products that fully comply with the Contract Documents, are undamaged and unused at installation. Comply with additional requirements specified herein in Article titled "PRODUCT OPTIONS". E. Standard Products: Where specific products are not specified, provide standard products of types and kinds that are suitable for the intended purposes and that are usually and customarily used on similar projects under similar conditions. Products shall be as selected by Contractor and subject to review and acceptance by Architect. F. Product Completeness: Provide products complete with all accessories, trim, finish, safety guards and other devices and details needed for a complete installation and Page 3 of 33 for the intended use and effect. Comply with additional requirements specified herein in Article titled "SYSTEM COMPLETENESS". G. Code Compliance: All products, other than commodity products prescribed by Code, shall have a current [CC Evaluation Service, Inc. (ICC ES) Research Report or Evaluation Report, as applicable. Refer to additional requirements specified in Regulatory Requirements. H. Interchangeability: To the fullest extent possible, provide products of the same kind from a single source. Products required to be supplied in quantity shall be the same product and interchangeable throughout the Work. When options are specified for the selection of any of two or more products, the product selected shall be compatible with products previously selected. I. Product Nameplates and Instructions: Except for required Code -compliance labels and operating and safety instructions, locate nameplates on inconspicuous, accessible surfaces. Do not attach manufacturers identifying nameplates or trademarks on surfaces exposed to view in occupied spaces or to the exterior. 2. Provide a permanent nameplate on each item of service -connected or power - operated equipment. Nameplates shall contain identifying information and essential operating data such as the following example: Name of manufacturer Name of product Model and serial number CapaOwner Operating and Power Characteristics Labels of Tested Compliance with Codes and Standards 3. For each item of service -connected or power -operated equipment, provide operating and safety instructions, permanently affixed and of durable construction, with legible machine lettering. Comply with all applicable requirements of authorities having jurisdiction and listing agencies. J. Electrical Product Requirements: Comply with requirements specked in Technical Specifications, CSI Electrical. 1.4 Product Options A. Products Specified by Description: Where Specifications describe a product, listing characteristics required, with or without use of a brand name, provide a product that has the specified attributes and otherwise complies with specified requirements. Page 4 of 33 B. Products Specified by Performance Requirements: Where Specifications require compliance with performance requirements, provide product(s) that comply and are recommended by the manufacturer for the intended application. Verification of manufacturer's recommendations may be by product literature or by certification of performance from manufacturer. C. Products Specified by Reference to Standards: Where Specifications require compliance with a standard, provided product shall fully comply with the standard specified. Refer to general requirements specified in Section 01420 - Reference Standards and Abbreviations regarding compliance with referenced standards, standard specifications, codes, practices and requirements for products. D. Products Specified by Identification of Manufacturer and Product Name or Number: 1. "Specified Manufacturer": Provide the specified product(s) of the specified manufacturer. a. If only one manufacturer is specified, without "acceptable manufacturers" being identified, provide only the specked product(s) of the specified manufacturer. b. If the phrase "or equal' is stated or reference is made to the "or equal provision," products of other manufacturers may be provided if such products are equivalent to the specified product(s) of the specified manufacturer. Equivalence shall be demonstrated by submission of complete information in compliance with requirements specified herein under the Article titled "SUBSTITUTIONS." c. Products identified as "Owner Standard" are only products acceptable. No substitutions will be considered. 2. "Acceptable Manufacturers": Product(s) of the named manufacturers, if equivalent to the specified product(s) of the specified manufacturer, will be acceptable in accordance with the requirements specified herein in the Article titled "SUBSTITUTIONS', except considerations regarding changes in Contract Time and Contract Sum will be waived if no increase in Contract Time or Contract Sum results from use of such equivalent products. 3. Unnamed manufacturers: Products of unnamed manufacturers will be acceptable only as follows: a. Unless specifically stated that substitutions will not be accepted or considered or that products are "Owner Standard," the phrase "or equal' shall be assumed to be included in the description of specified product(s). Equivalent products of unnamed manufacturers will be considered in accordance with the "or equal' provision specified herein, below. Page 5 of 33 b. If provided, products of unnamed manufacturers shall be subject to the requirements specified herein in the Article titled "SUBSTITUTIONS." 4. Quality basis: Specified product(s) of the specked manufacturer shall serve as the basis by which products by named acceptable manufacturers and products of unnamed manufacturers will be evaluated. Where characteristics of the specified product are described, where performance characteristics are identified or where reference is made to industry standards, such characteristics are specified to facilitate evaluation of products by identifying attributes of the specified product(s) which must be met by proposed products. E. Products Specified by Combination of Methods: Where products are specified by a combination of attributes, including manufacturer's name, product brand name, product catalog or identification number, industry reference standard, or description of product characteristics, provide products conforming to all specified attributes. F. "Or Equal" Provision: Where the phrase "or equal' or the phrase "or approved equal" is included, product(s) of unnamed manufacturer(s) may be provided as specified above in subparagraph titled "Unnamed manufacturers." 1. Products identified as "Owner Standard" are the only products acceptable. No substitutions will be considered for "Owner Standard" products. 2. The requirements specified herein in the Article titled "SUBSTITUTIONS' shall apply to products provided under the "or equal" provision except, if the proposed product(s) are determined to be equivalent to the specified product(s) of the specified manufacturer, the requirement specified for substitutions to result in a net reduction in Contract Time or Contract Sum will be waived. 3. Use of product(s) under the "or equal" provision shall not result in any delay in completion of the Work, including completion of portions of the Work for use by Owner or for work under separate contract by Owner. 4. Use of product(s) under the "or equal" provision shall not result in change in Contract Sum and Contract Time. Should additional costs be incurred, including costs for re -design and for fees for plan check review and permit, costs shall be paid by Contractor with no change in Contract Sum and Contract Time. 5. Use of product(s) under the "or equal" provision shall not require substantial change in the intent of the design, in the opinion of the Architect. The intent of the design shall include functional performance and aesthetic qualities. a. Should changes in dimensions, configurations, locations and interfaces between products be necessary due to use of other than the specified products of the specified manufacturer, such changes shall be made by the Page 6 of 33 Contractor, subject to review by the Architect and, if applicable, approval by the Division of the State Architect (DSA), at no change in Contract Sum and Contract Time. b. Contract Modification Procedures for requirements for approval of changes. 6. The determination of equivalence will be made by the Architect and such determination shall be final. G. Visual Matching: Where Specifications require matching a sample, the decision by the Owner on whether a proposed product matches shall be final. Where no product visually matches but the product complies with other requirements, comply with provisions for substitutions for selection of a matching product in another category. H. Selection of Products: Where requirements include the phrase "as selected from manufacturer's standard colors, patterns and textures", or a similar phrase, selections of products will be made by indicated party or, if not indicated, by the Architect. The Architect will select color, pattern and texture from the product line of submitted manufacturer, if all other specified provisions are met. 1.5 Substitutions A. Substitutions: Requests by Contractor to deviate from specified requirements for products, materials, equipment, and methods, or to provide products other than those specified, shall be considered requests for substitutions except under the following conditions: prior to the scheduled bid opening. Substitution request submittals shall be complete as outlined herein including the use of the attached substitution request form. Any substitution requests presented within the 14 (fourteen) days prior to the Bid Opening or beyond the Bid Opening will not be accepted. Acceptance shall be in the form of written Addendum to the Bidding documents prior to Bidding or revision to the Drawings or Specifications for use as Construction Contract Documents. 2. Changes in products, materials, equipment, and methods of construction are directed by the Construction Manager after consultation with Architect. 3. Contractor options for provision of products and construction methods are specifically stated in the Contract Documents. Page 7 of 33 4. Change in products, materials, equipment, and methods of construction is required for compliance with Codes, ordinances, regulations, orders and standards of authorities having jurisdiction. B. Substitution Provisions: Refer to substitution provisions of the General Provisions of the Contract, in addition to the requirements specified herein. Provisions for consideration and acceptance of substitutions shall be as follows: 1. Structural considerations: Substitution requests for products that require structural attachment or which impose loads on the building structure, shall be accompanied by complete submission of product information, calculations and installation details sufficient for review by the Structural Engineer of Record and review and approval by the Owner. Submitted information shall include, but not be limited to, the following: a. Sizes and weights of all products, including notations identifying increases or decreases in dimensions and weights. b. Identification of locations of all vertical and lateral loads imposed on the building structure, including notation of increase or decrease in loads and changes in locations of applied loads. c. Structural overturning calculations, structural attachment and anchoring details and calculations, including identification of seismic force criteria used for calculations, prepared and signed by Structural Engineer registered to practice in State of California. 2. Regulatory approval: Information described above, if acceptable to Architect and Structural Engineer of Record, shall be submitted to the Owner under applicable provisions for deferred approvals. Responsibility for compliance with procedures of the Owner shall be on the Contractor. a. Owner will review and approve or disapprove the requested substitution. b. Disapproval by the Owner shall render requested substitution to be disapproved. c. Approval by the Owner shall not supersede other conditions for approval under the Contract Documents. 3. Products identified as "Owner Standard" are the only products acceptable. No substitutions will be considered for "sole source" products. 4. Documentation: Substitutions will not be considered if they are indicated or implied on shop drawing, product data or sample submittals. All requests for substitution shall be by separate written request from Contractor. Contractor shall utilize Substitution Request form enclosed following this Section. Note separate forms for request for substitution prior to and after bidding. Page 8 of 33 5. Cost and Time Considerations: Substitutions will not be considered unless a net reduction in Contract Sum or Contract Time results to the Owner's benefit, including redesign costs, life cycle costs, plan check and permit fees, changes in related Work and overall performance of building systems. 6. Design Revision: Substitutions will not be considered if acceptance will require substantial revision of the Contract Documents or will substantially change the intent of the design, in the opinion of the Architect. The intent of the design shall include both functional performance and visual qualities. 7. Data: It shall be the responsibility of the Contractor to provide adequate data demonstrating the merits of the proposed substitution, including cost data and information regarding changes in related Work. 8. Determination by Owner: Owner will determine the acceptability of proposed substitutions and the Owner will notify all potential bidders prior to the Bid Opening of acceptance or rejection. The determination by the Architect regarding functional performance and visual qualities shall be final. 9. Non -Acceptance: If a proposed substitution is not accepted, Contractor shall immediately provide the specified product. 10. Substitution Limitation: Only one request for substitution will be considered for each product. Do not order or deliver substitute products until formal approval has been given. 11. Approval of Substitutions the Owner: All substitutions shall be considered changes and shall be governed by the requirements for changes specified in Section 01250 - Contract Modification Procedures. All Change Orders shall be completed in advance of construction, including submission to and approval by the Owner. Time limit for substitutions in State of California, Public Contract Code Section 3800 shall apply. C. Request for Substitution Process: 1. Contractor shall prepare a request for substitution and submit the request to the Architect for review and acceptance. Submit a minimum of 4 copies. Form and other administrative requirements shall be as directed by the Architect. 2. Substitution requests shall include complete product data, including drawings and descriptions of products, fabrication details and installation procedures. Include samples where applicable or requested. Where sustainable design attributes are specified, including VOC emissions, formaldehyde content, FSC- accredited certification and compliance to reference standards, indicate in substitution request compliance with specified criteria. Page 9 of 33 3. Substitution requests shall include appropriate product data for the specified product(s) of the specified manufacturer, suitable for use in comparison of characteristics of products. a. Include a written, point -by -point comparison of characteristics of the proposed substitute product with those of the specified product. b. Include a detailed description, in written or graphic form as appropriate, indicating all changes or modifications needed to other elements of the Work and to construction to be performed by the Owner and by others under separate contracts with Owner, that will be necessary if the proposed substitution is accepted. 4. Substitution requests shall include a statement indicating the substitution's effect on the Construction Schedule. Indicate the effect of the proposed substitution on overall Contract Time and, as applicable, on completion of portions of the Work for use by Owner or for work under separate contracts by Owner. 5. Except as otherwise specified, substitution requests shall include detailed cost data, including a proposal for the net change, if any, in the Contract Sum. 6. Substitution requests shall include signed certification that the Contractor has reviewed the proposed substitution and has determined that the substitution is equivalent or superior in every respect to product requirements indicated or specified in the Contract Documents, and that the substitution is suited for and can perform the purpose or application of the specified product indicated or specified in the Contract Documents. 7. Substitution requests shall include a signed waiver by the Contractor for change in the Contract Time or Contract Sum because of the following: a. Substitution failed to perform adequately. b. Substitution required changes in on other elements of the Work. c. Substitution caused problems in interfacing with other elements of the Work. d. Substitution was determined to be unacceptable by authorities having jurisdiction. 8. If, in the opinion of the Architect, the substitution request is incomplete or has insufficient data to enable a full and thorough review of the intended substitution, the substitution may be summarily refused and determined to be unacceptable. D. Contract Document Revisions: Page 10 of 33 1. Should a Contractor -proposed substitution or alternative sequence or method of construction require revision of the Contract Drawings or Specifications, including revisions for the purposes of determining feasibility, scope or cost, or revisions for the purpose of obtaining review and approval by the Owner, revisions will be made by Architect or other consultant of Owner who is the responsible design professional, as approved in advance by Owner through Construction Manager. 2. Services of Architect or other responsible design professional for researching and reporting on proposed substitutions or alternative sequence and method of construction shall be paid by Contractor when such activities are considered additional services to the design services contracts of the Owner with Architect or other responsible design professional. 3. Costs of services by Architect or other responsible design professional of the Owner shall be paid on a time and materials basis, based on current hourly fee schedules, with reproduction, long distance telephone and shipping costs reimbursable at cost plus usual and customary mark-up for handling and billing. 4. Such fees shall be paid whether or not the proposed substitution or alternative sequence or method of construction is ultimately accepted by Owner and a Change Order is executed. 5. Such fees shall be paid from Contractor's portion of savings, if a net reduction in Contract Sum results. If fees exceed Contractor's portion of net reduction, Contractor shall pay all remaining fees unless otherwise agreed in advance by Owner through Construction Manager. 6. Such fees owed shall be deducted from the amount owed Contractor on the Application for Payment next made following completion of revised Contract Drawings and Specifications or completion of research and other services. Owner will then pay Architect or other consultant of the Owner. 1.6 System Completeness A. System Completeness: The Contract Drawings and Specifications are not intended to be comprehensive directions on how to produce the Work. Rather, the Drawings and Specifications are instruments of service prepared to describe the design intent for the completed Work. 2. It is intended that all equipment, systems and assemblies be complete and fully functional even though not fully described. Provide all products and operations . necessary to achieve the design intent described in the Contract Documents. Page 11 of 33 3. Refer to related general requirements specified in Regulatory Requirements regarding compliance with minimum requirements of applicable codes, ordinances and standards. B. Omissions and Misdescriptions: Contractor shall report to Architect immediately when elements essential to proper execution of the Work are discovered to be missing or misdescribed in the Drawings and Specifications or if the design intent is unclear. 1. Should an essential element be discovered as missing or misdescribed prior to receipt of Bids, an Addendum will be issued so that all costs may be accounted for in the Contract Sum. 2. Should an obvious omission or misdescription of a necessary element be discovered and reported after execution of the Agreement, Contractor shall provide the element as though fully and correctly described, and a no -cost Change Order shall be executed. 3. Refer to related general requirements specified in Project Management and Coordination, regarding construction interfacing and coordination. 1.7 Transportation, Delivery And Handling A. Transportation, Delivery and Handling, General: Comply with manufacturer's instructions and recommendations for transportation, delivery and handling, in addition to the following. B. Transportation: Transport products by methods to avoid product damage. C. Delivery: 1. Schedule delivery to minimize long-term storage and prevent overcrowding construction spaces. Coordinate with installation to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft and other losses. 2. Deliver products in undamaged condition in manufacturer's original sealed container or packaging system, complete with labels and instructions for handling, storing, unpacking, protecting and installing. D. Handling: 1. Provide equipment and personnel to handle products by methods to prevent soiling, marring or other damage. Page 12 of 33 2. Promptly inspect products on delivery to ensure that products comply with contract documents, quantities are correct, and to ensure that products are undamaged and properly protected. 1.8 Storage And Protection A. Storage and Protection, General: Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. 1. Periodically inspect to ensure products are undamaged, and are maintained under required conditions. 2. Products damaged by improper storage or protection shall be removed and replaced with new products at no change in Contract Sum or Contract Time. 3. Store sensitive products in weathertight enclosures. B. Inspection Provisions: Arrange storage to provide access for inspection and measurement of quantity or counting of units. C. Structural Considerations: Store heavy materials away from the structure in a manner that will not endanger supporting construction. D. Weather -Resistant Storage: 1. Store moisture -sensitive products above ground, under cover in a weathertight enclosure or covered with an impervious sheet covering. Provide adequate ventilation to avoid condensation. 2. Maintain storage within temperature and humidity ranges required by manufacturer's instructions. 3. For exterior storage of fabricated products, place products on raised blocks, pallets or other supports, above ground and in a manner to not create ponding or misdirection of runoff. place on sloped supports above ground. 4. Store loose granular materials on solid surfaces in a well -drained area. Prevent mixing with foreign matter. E. Protection of Completed Work: 1. Provide barriers, substantial coverings and notices to protect installed Work from traffic and subsequent construction operations. 2. Remove protective measures when no longer required and prior to Substantial Completion review of the Work. Page 13 of 33 3. Comply with additional requirements specified in Section 01500 - Temporary Facilities and Controls. Part 2 - Products Not Applicable to this Section. PART 3 - Execution 3.1 Installation Of Products A. Installation of Products: 1. Comply with manufacturer's instructions and recommendations for installation of products, except where more stringent requirements are specified, are necessary due to Project conditions or are required by authorities having jurisdiction. 2. Anchor each product securely in place, accurately located and aligned with other Work. 3. Clean exposed surfaces and provide protection to ensure freedom from damage and deterioration at time of Substantial Completion review. Refer to additional requirements specified in Section 01740 - Cleaning Requirements and Section 01500 - Temporary Facilities and Controls. Page 14 of 33 SUBSTITUTION CITY OF NEWPORT BEACH REQUEST PROJECT NO. 23P11 CONTRACT NO. C-8891-2 For use during Bidding FORM ARROYO PARK SYNTHETIC TURF FIELD INSTALLATION To: CITY OF NEWPORT BEACH Substitution Request No. Date: From: Refer to product options and substitutions specked in Section 2-10 - Product Requirements. Summary: Drawing References: Drawing Detail Numbers: Specification References: Section No. - Title: Articles/Paragraphs: Proposed Substitution: Pages: Proposed Manufacturer: Contact: Address: Phone: Trade Name. Model No.: History: New product 14 years in market 5-10 years in market Over 10 years in market Similar Installations of Proposed Substitute Products: (add attachment for adtlitional examples) Project: Architect: Address: Owner. Date Installed: Differences between proposed substitution and specified products: Describe changes to the Contract Documents necessary for proper installation, interfaces and service if the proposed substitution is accepted: Attach complete data, including product descriptions, specifications, drawings, photographs and performance and test data adequate for evaluation of the request. Cleary annotate applicable portions of the data. Include ICC Evaluation Service (ICC ES) Evaluation Report, if applicable. Point -by -Point comparison against detailed and specified products is attached: MANDATORY FOR CONSIDERATION. Attached are: Drawings Product Data Samples Test Data Reports Page 1 of 3 SUBSTITUTION CITY OF NEWPORT BEACH REQUEST PROJECT NO. 23P11 CONTRACT NO. C-8891-2 For use during Bidding FORM ARROYO PARK SYNTHETIC TURF FIELD INSTALLATION The Undersigned certifies'. Proposed subsb ion has been fully investigated and determined to be equal or superior in all respects to specified product Proposed substitution complies with applicable Codes, ordinances and standards. Same warranty/guarantee will be fumished for proposed substitution as for specified products. Same maintenance service and source of replacement parts, as applicable, are available. Proposed substitution will have no adverse effect on related Work and will not affect or delay progress of the Work. Proposed substitution does not affect dimensions and functional clearances. Payment will be made for changes to building design, including A/E design, detailing, and construction costs caused by the substitution. Submitted by: (typed name) Signed: ARCHITECTS REVIEW AND ACTION Date'. Proposed substitution is acceptable as described in applicable Addendum to Bidding Documents. Substitution is not authorized unless included in Addendum to Bidding Documents. Substitution rejected - No change is authorized. Bid shall be based on specified products. Substitution Request received too late- Substitution rejected - No change is authorized. Bid shall be based on specified products in Bidding Documents. Substitution after execution of Contract, if requested, shall comply with requirements specified in Section 0160 00 - Product Requirements. ForAmhitect'. Signed Name END OF DOCUMENT Dale: Page 2 of 3 Add attachments as noted. Page 3 of 3 2-5.2.2 SHOP DRAWINGS 1. Contractor shall check and verify all field measurements and shall submit with such promptness as to provide adequate time for review and cause no delay in his own Work or in that of any other contractor, subcontractor, or worker on the Project, six (6) copies of all shop or setting drawings, calculations, schedules, and materials list, and all other provisions required by the Contract. 2. Contractor shall sign all submittals affirming that submittals have been reviewed and approved by Contractor prior to submission to Engineer. Each signed submittal shall affirm that the submittal meets all the requirements of the Contract Documents except as specifically and clearly noted and listed on the cover sheet of the submittal. 3. Contractor shall make any corrections required by the Engineer, and file with the Engineer six (6) corrected copies each, and furnish such other copies as may be needed for completion of the Work. Engineer's approval of shop drawings shall not relieve Contractor from responsibility for deviations from the Contract Documents unless Contractor has, in writing, called Engineer's attention to such deviations at time of submission and has secured the Engineer's written Approval. Engineer's Approval of shop drawings shall not relieve Contractor from responsibility for errors in shop drawings. 2-5.3 SUBMITTALS 1. Contractor shall furnish to the Engineer for approval, prior to purchasing or commencing any Work, a log of all samples, material lists and certifications, mix designs, schedules, and other submittals, as required in the specifications. The log shall indicate whether samples will be provided in accordance with other provisions of this Contract. 2. Contractor will provide samples and submittals, together with catalogs and supporting data required by the Engineer, to the Engineer within a reasonable time period to provide for adequate review and avoid delays in the Work. 3. These requirements shall not authorize any extension of time for performance of this Contract. Engineer will check and approve such samples, but only for conformance with design concept of work and for compliance with information given in the Contract Documents. Work shall be in accordance with approved samples and submittals. 4. Contractor shall be responsible for submitting their work plan for review and approval required from Public Works, Recreation and Senior Services Departments. Page 18 of 33 2-6 WORK TO BE DONE All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. P-5272-S); (3) the Owner's Design Criteria, Standard Special Provisions and Standard Drawinas for Public Works Construction, (2021 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The Owner's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor will: a) Set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) File a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) File a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. Page 19 of 33 2.9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing Owner survey records used for the project design to provide all construction survey services that are required to construct the improvements. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 33.2 Payment 3-3.2.2 Basis for Establishing Cost 33.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided for in this subsection, one (1) percent may be added as compensation for bonding. Page 20 of 33 SECTION 4 — CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required to be performed before the required submittals have been reviewed and accepted by the Engineer. Neither review not acceptable of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 10 Working Days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Page 21 of 33 Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the Owner. 5-4 RELOCATION All Owner owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and Page 22 of 33 has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In additional, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. An approved 2 week look ahead schedule is required prior to the release of a progress payment. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 130 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:00 a.m. to 5:00 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 5:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated Owner holidays and are non -working days: 1. January 15t (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 20, (Christmas Eve) 10. December 251h (Christmas) 11. December 26th thru 30th (Owner Office Closure) Page 23 of 33 12. December 3151(New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the Owner or have withheld from moneys due it, the daily sum of $1,500.00 Execution of the Contract shall constitute agreement by the Owner and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use Owner water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the Owner. Upon return of the meter to the Owner, Page 24 of 33 the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. Owner shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. Owner reserves the right to limit the location, times and rates of drawing such water. Contractor shall be responsible for the placement of an Owner provided camera on a temporary pole (location to be determined) for construction time-lapse video and photography. Contractor shall coordinate with Owner the power and electrical connections for camera prior to the start of construction. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK Owner forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the Owner advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these Owner facilities. All water shutdowns shall be coordinated with the Irvine Ranch Water District in addition to the Engineer. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Page 25 of 33 Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The Owner will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by Owner and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the Owner's Municipal Code. 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Contactor shall retain a Qualified SWPPP Developer (QSD) to prepare a SWPPP for the project. The contractor shall implement and maintain the requirements of the SWPPP, including all required BMPs during all phases of the work. The implementation of the SWPPP shall be performed by a Qualified SWPPP Practitioner (QSP) to be retained by the Contractor. SWPPP implementation shall be subject to inspection by the Owner and any identified deficiencies shall be corrected by the Contractor at the Contractor's expense. The SWPPP shall be amended by the Contractor whenever there is a change in design, construction, operation or maintenance which has a significant effect on the potential for discharge of pollutants. The SWPPP shall also be amended by the Contractor if it proves to be ineffective in significantly reducing pollutants from the construction site. Each submittal shall include two (2) hard copies and one (1) Adobe Acrobat "pdf° copy. The SWPPP must be kept at the construction site during construction and also be Page 26 of 33 available for review when requested by the Regional Water Quality Control Board (RWQCB) or the Owner. QSD shall Identify post -construction BMPs, which are those measures to be installed during construction that are intended to reduce or eliminate pollutants after construction is completed. Note that post -construction BMPs should be developed early in the project planning/design process and reports or drawings related to permanent BMP design should be referenced as needed. The SWPPP shall Identify and provide methods to implement BMP inspection, visual monitoring, Rain Event Action Plan (REAP) and Construction Site Monitoring Program (CSMP) requirements to comply with the General Permit. Contractor is not responsible for filing a Notice of Intent (NOI) for permit coverage or a Notice of Termination (NOT) at project end. Owner will file the NO[ and NOT through the State Water Resources Control Board (SWRCB) SMARTS system. The Contractor shall prepare and electronically submit all reports required by General Permit (including the Annual Report) to the Owner throughout the duration of the project for the Owner's review and submittal to the SWRCB SMARTS system. The Annual Report shall be submitted no later than August 1st of each year and must include a summary and evaluation of all sampling and analysis results, original laboratory reports, chain of custody forms, a summary of all corrective actions taken during the compliance year, and identification of any compliance activities or corrective actions that were not implemented. In the event the Owner incurs any administrative civil liability (fine) imposed by the RWQCB as a result of Contractor's failure to fully implement the provisions of this section, the Engineer may withhold from payments otherwise due the Contractor a sufficient amount to cover the fine. 7-10 SAFETY 7.10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. Page 27 of 33 The right of the Engineer or the Owner's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. M=14i 1101" 1:10' ly_R311:i4iif:(Zirni u 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions Item No. 2 Temporary Construction Chainlink Fence w/ Windscreen: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing chainlink fencing with green windscreen as shown on the plans, and all other related work as required by the Contract Documents. Page 28 of 33 Item No. 3 Construction Surveying and Staking (Specialty Item): Work under this Rem shall include, but not be limited to, all labor, tools, equipment and material costs for surveying, establishing horizontal and vertical controls, providing construction staking, preliminary grades, final grades, all horizontal alignments, as -built field notes, adjusting survey monuments, and all other survey items required to complete the work in place. Item No. 4 Remove Portion of Existing Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of the portion of the gutter as shown on the plans and all other items required to complete the work in place. Item No. 5 CLEAR AND GRUB: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing all turf, dirt, and other material and preparing the area in the work area as indicated on the plans and all other work items as required to complete the work in place. Item No. 8 Remove and Grind Select Trees: Work under this item shall include, but not be limited to, trimming, removing and disposing of the tree, grinding of the tree roots and trunk below ground per the Greenbook requirements, backfill of the resultant void with on -site or Contractor provided backfill soil, and all other items required for the removal of the existing tree. Item No. 7 Remove Existing Catch Basin: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing catch basin as indicated on the plans, and all other work items as required to complete the work in place. Item No. 8 Remove Existing Storm Drain Line: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing storm drain including any backfill material, as indicated on the plans, and all other work items as required to complete the work in place. Item No. 9 Cap Existing Storm Drain Line: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for preparing and capping the existing storm drain line, as indicated on the plans, and all other work items as required to complete the work in place. Item No. 10 SWPPP Preparation and Erosion Control Implementation: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for having a duly licensed QSD/P prepare an approved SWPPP plan, installing and maintain all erosion control measures as shown on the Plans and as instructed by the Engineer and all other work items as required to complete the work in place. Page 29 of 33 Item No. 11 Cut: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing excess material to grade as indicated on the plans, and all other work items as required to complete the work in place. Item No. 12 Fill: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing the import material required for grade as indicated on the plans, and all other work items as required to complete the work in place. Item No. 13 Export of Excess Material: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing excess material necessary for providing the grading as indicated on the plans, and all other work items as required to complete the work in place. Item No. 14 Catch Basin and Grate: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compacting subgrade, constructing catch basin and grate, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 15 Trench Drain: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compacting subgrade, constructing trench drain and all associated improvements, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 16 6-Inch PVC Pipe: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compacting subgrade, installing PVC pipe as shown on plans, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 17 8-Inch PVC Pipe: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compacting subgrade, installing PVC pipe as shown on plans, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 18 Connect Trench Drain to Storm Drain: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for establishing the connection between the trench drain and the storm drain as shown on plans, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 19 Connect to Existing Storm Drain: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for the connection to the storm drain as shown on plans, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Page 30 of 33 Item No. 20 Storm Drain Cleanout: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for constructing storm drain cleanout, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 21 Connect to Field Storm Drain: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for the connection to the field storm drain as shown on plans, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 22 Site Electrical, Conduit, Pull Boxes, Wiring, etc: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for the Contractor to shall supply all work and services that are customary and usual for the scope of work as defined including all conduit and wiring for the electrical work around the field and related to the irrigation as required to complete the work in place. Item No. 23 9 Musco LED Sport Light Fixtures and 3 Security Light Fixtures: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for the Contractor to shall supply all work and services that are customary and usual for the scope of work defined herein, including, but not limited to: Removing existing fixtures on nine sports lighting poles, adding new and upgrading circuits, installing new LED fixture assemblies on existing poles, upgrading the existing Musco panel, installing new security light fixtures, as specified in the Contract Documents. Item No. 24 18-Inch by 8-Inch Concrete Grade Beam: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compacting subgrade, constructing concrete grade beam, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Color): The Contractor shall supply all work and services that are customary and usual for the scope of work defined herein at its own cost and expense, including, but not limited to: Installing synthetic turf field system and all perimeter and necessary drainage courses associated as specified in the Contract Documents. (Terracotta Color): the Contractor shall supply all work and services that are customary and usual for the scope of work defined herein at its own cost and expense, including, but not limited to: Installing synthetic turf field system and all perimeter and necessary drainage courses associated as specified in the Contract Documents. Item No. 27 Provide and Install Turf Irrigation to Connect to Existing: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for installing turf irrigation including shrub rotary, drip, tree bubblers, pull boxes, Page 31 of 33 quick couplers, turf rotor, and backftow as per the Contract Documents and connecting to the existing irrigation system and all other work items as required to complete the work in place. Item No. 28 Install Quick Coupler Wash Down System (10 Couplers): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for installing quick coupler wash down system per the Contract Documents and connecting to the potable water supply system and all other work items as required to complete the work in place. Item No. 29 Soil Preparation / Fine Grading: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for fine grading after installation of plant material, and prepare a smooth and properly drained landscape surface; and all other work items as required to complete the work in place. Item No. 30 Soil Testing for Fertility and Agricultural Suitability: Work under this item she Jude,incbut not be limited to, the cost of all labor, equipment and materials for conducting agronomy test, amending existing soil per the test results by rototilling to a minimum depth of 6 inches in areas where work is possible without disturbing existing tree roots; and all other work items as required to complete the work in place. Item No. 31 36-Inch Box Tree: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for procuring and installing new tree per the Contract Documents and all other work items as required to complete the work in place. Item No. 32 Turf Sod: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for furnishing and installing new turf sod as specified on the plans, including soil amendments, backfill, fertilizers; and all other work items as required to complete the work in place. Item No. 33 Tree Root Barrier: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for furnishing and installing new tree root barrier as specified on the plans, including excavations, backfill, and all other work items as required to complete the work in place. Item No. 34 90-day Maintenance Period: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for manpower, fertilizers, irrigation system inspection and operation, plant material care and replacement, if necessary, supervision and all other items necessary to establish and maintain the landscaping for the entire duration of the 90-Day Maintenance Phase. Item No. 35 Provide As -Built Plans (Fixed): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $1,500.00 is Page 32 of 33 determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the Owner, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. Page 33 of 33 TECHNICAL SPECIFICATIONS - GREENBOOK PART 2 - CONSTRUCTION MATERIALS PART 3 - CONSTRUCTION METHODS PART 8 - LANDSCAPE AND IRRIGATION AMENDMENTS TO "GREENBOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS, 2018 EDITIONS FOR: ALL SITE CONSTRUCTION, EXCLUDING CSI SPECIFICATIONS INCLUDED HEREIN TECHNICAL SPECIFICATIONS - GREENBOOK These Technical Specifications are provided as Amendments to the 2015 Edition of the Standard Specifications for Public Works Construction and shall apply to site construction only. See Technical Specifications C.S.I. Format for; Synthetic Turf Base Course, Conformance Surveying, and Artificial Turf, PART 2 - CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK MATERIALS 200-1.1 General Aggregate base material for concrete paving shall be per preliminary Project Soils Report prepared by GMU Geotechnical, Inc., dated October 31, 2022. See Appendix A. 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.1 General. Add the following paragraph 4: The cement utilized shall be Type II/V, per the project Geotech report. No substitution of materials shall be permitted. The Contractor shall furnish the Owner's Representative with a copy of the mix design to be used and with a legible certified weight -master's certificate for each load of P.C.C. delivered to the project. Portland Cement Concrete delivered to the project site having a water content and/or slump greater than that specified in the mix design shall be rejected and removed from the project site. Contractor shall retain the services of a qualified State of California licensed civil engineer to provide a concrete mix design for each class of concrete in accordance with UBC Section 1905. Concrete mix design submittals shall bear the stamp and signature of the engineer approving the mix design as being consistent with project specifications and geotechnical report. 201-1.1.2 Concrete specified by class: The strength of structural concrete shall be 3,250 psi for all concrete not otherwise specified with a maximum slump of four inches (4") for all CITY OF NEW PORT BEACH Twhnical Specifications Greenbook ARROYO PARK SYNTHETIC TURF REPLACEMENT Page I concrete flatwork, walls, curb, gutter, walks, aprons, footings, foundations, sidewalks, access ramps, curbs and gutters, and cross gutters, mow curbs, columns, thrust blocks, seating, monument signs, etc. Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans or specifications. 201-1.1.3 The Water Cement Ratio (WIC) shall be 0.50 maximum, per the project Geotech report. 201-1.1.4 Test for Portland Cement Concrete 1. All material shall comply with the latest editions of the American Concrete Institute (ACI) and Uniform Building Code. Testing of Portland cement concrete shall apply to all site concrete including but not limited to: concrete paving, walls, footing, etc. 2. Product Data a) Submit complete materials list of items proposed for the work. Identify material source. b) Submit admixture, curing compound, retarder, and accessory item product data. c) Submit material certificates for aggregates, reinforcing, and join fillers. 3. Submit concrete delivery tickets to Quality Control Manager. Show the following: a) Batch number b) Mix by class or sack content with maximum size aggregate c) Admixture d) Air content e) Slump f) Time of loading 4. Submit concrete test reports. 5. Owner will provide field quality control testing and inspection during concrete operations. 6. Contractor shall provide adequate notice, cooperate with, provide access to the work, obtain samples, and assist test agency and their representatives in execution of their function. 7. Strength Verification Contractor should present mix design to Owner Inspector for approval prior to pour. Contractor shall provide copies of concrete tickets verifying the strength requirements for every truck load of concrete (see also item 3 above). 201-1.2.4 Chemical Admixtures Surface retardant: Surface retarder shall be "Top Cast" No. 5 surface retarder or approved equal, provided by Dayton Superior. "Top Cast' retardant to be applied at specific paving conditions noted on plans and shall utilize Top Cast release agent, as noted on plans. CITY OF NEW PORT BEACH TcchnicW SMcificazions Oreenbook ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 2 Contractor shall contact Chuck Poole of Dayton Superior Corporation (714) 287-6342 to meet on site to discuss application procedures prior to preparation of concrete samples. 201-1.4 Mixing 201-1.4.3 Transit Mixer Mixes a. Provide ASTM C94 ready -mixed concrete. Batch mixing at site not acceptable. 1. Strength: 3,250 psi minimum at 28 days for all concrete flatwork, curbs, seating, ramps, plaza area, etc. 2. Slump Range: 2" to 4" maximum b. Coarse aggregate shall consist of 3/4" aggregate - 3/8" aggregate for pump mix. C. Provide an approved water -reducing admixture in all concrete. d. Indicate water added to mix at job site on each delivery ticket. Show quantity of water added. Site water tempered mixes exceeding specified slump range will be rejected as not complying with specifications requirements. 201-2 STEEL REINFORCEMENT FOR CONCRETE 201-2.2 Reinforcing Steel. [Add the following paragraph immediately after the first paragraph]: Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 3-inch minimum cover unless shown otherwise on the plans. Payment. Payment for steel reinforcement shall be included in the lump sum contract price for all related items, i.e., concrete ramps, walks, walls, structures, footings. 201-3.1 Expansion Joint Filler and Joint Sealants 201-3.2 Premolded Joint Filler Expansion joint material shall be Deck-O-Foam by W.R. Meadows Corporation or approved equal — 1/4" in dimension. Install per manufacturers specifications (909)469-2606. 201-4 CONCRETE CURING MATERIALS Curing compound shall be ASTM 309 or better. Concrete cure and seal shall be "clear' by Davis Colors or approved equal. CITY OF NEWPORT BEACH T¢0n11M Spre,fiwti.n Greenback ARROYO PARK SYNTHETIC TURF REPLACEMENT Peg¢ 3 201-4.4 Concrete Sealer Concrete sealer shall be Siloxane WB Concentrate sealer. Dilution to be 1:9 minimum to 1:7 maximum. Provided by Mike Davis of Innovative Concrete Products and Marketing, Inc. Phone: (949) 499-7077. Concrete sealer to be applied to all sidewalks and the Monument Sign. SECTION 207 - PIPE 207-17 PVC PLASTIC PIPE 207.17.1 General A. PVC PLASTIC PIPE 1. PVC plastic pipe (SCH 40) shall conform to the requirements of Section 207-17 of the Standard Specifications. Pipe class to be referenced in table 207-17.1(A). PVC plastic pipe shall be constructed to the lines and grads shown on the plans for designated sizes and shall comply with the construction methods set forth in Section 306-12.13 of the Standard Specifications. 2. PVC plastic pipe shall be measured and paid for at the contract unit bid price per linear foot for each designated size in accordance with Sections 306-1.2.13 of the Standard Specifications and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in reinforced PVC plastic pipe, complete in place, as shown on the plans, and as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. B. TRENCH BACKFILL 1. Imported Trench Backfill — (if required) Imported trench backfill shall be required when native trench material has a moisture content greater than 4% above the optimum moisture content as measured in accordance with ASTM 1557, or does not meet the gradation requirements for imported trench backfill given below. Imported trench backfill shall include material one foot above the pipe up to the existing pavement structural section. All imported trench backfill material shall be a quarry waste or similar material with 100% passing a 3" screen, no more than 15% passing a #200 sieve and a sand equivalent of 20 minimum using California Test Method No. 217. C. SANITARY SEPARATION CITY OF NEWPORT BEACH TecMical Specifications Or nMok ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 4 1. Sanitary separation shall be maintained as required in the Owner and/or State Standard details. The Engineer shall be notified immediately upon discovery of conflicting sewer laterals. A field determination will then be made by the Engineer as to which method of sanitary separation shall be used. SECTION 211 - SOILS AND AGGREGATE TESTS 211-2 COMPACTION TESTS 211-2.1 Laboratory Maximum Density [Replace with the following] Suitable excavated materials removed to accommodate new construction may be used as fill material subject to Solis Engineer's inspection and approval. 211-2.2 Field Density Field density tests will be made by the Owner's Geotechnical Engineer during the course of construction at the expense of the Owner. If field density tests indicate that any portion of the compacted subgrade has density lower than that specified, the Contractor shall rework that portion until the specified density is obtained. Retest of areas which have failed compaction will be performed by the Owner's Soils Engineer at the Contractor's expense. All fill material and subgrade compaction shall be as noted in project soils report as prepared by GMU Geotechnical, Inc., dated October 31, 2022. See appendix A. SECTION 213 — ENGINEERING GEOSYNTHETICS 213-1 GENERAL [Add the following]: Subgrade/Trench Separation Barrier (per Geotechnical Report): For permeable (i.e., sandy/granular) subgrade applications: Subgradelrrench separation barrier shall be a 20 mil. Woven Coated Liner — NWL WC-20 by manufacturer Northwest Linings or approved equal and when approved by the geotechnical engineer. PART 3-CONSTRUCTION METHODS SECTION 300- EARTHWORK SECTION 300.1 CLEARING AND GRUBBING. 300-1.1 General: All site grading, earthwork preparation, presaturation, compaction, etc. shall be as outlined in these specifications and the plan documents, and per project soils report prepared by GMU Geotechnical, Inc., dated October 31, 2022. See Appendix A. CITY OF NEWPORT BEACH TecMica Specifications GmenWok ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 5 2. All clearing and grubbing, grading and earthwork shall be performed per plans, technical specifications and in accordance with the Geotechnical Report. 3. Following Owner approval of Contractor, herbicide (Roundup or approved equal), and prior to the pulverization process (See Section 301) Contractor shall apply herbicide to all existing turf areas designated for removal within all proposed synthetic turf areas and not within 5' of the dripline of the adjacent existing trees. Any and all turf within 5' of existing trees shall be manually surface -scalped down to the beginning of the root zone and removed. Contractor shall have a Licensed Pest Control Advisor submit to the Owner a Pest Control Recommendation for the application of any pesticide/herbicide on Owner property. It must be applied by a Qualified Applicator. Both of these licensees are regulated by the California State Department of Pesticide Regulation. All chemicals shall be applied in accordance with registered label instruction and manufacturer's recommendations. The turf kill process shall last for a period of not less than 15 days to kill all living plant material (except existing trees). During the turf kill process, the area shall be allowed to dry out. Following complete turf kill (to be approved by Engineer) scalp turf areas down to the beginning of root zone. Any and all turf within 5' of drip line of trees shall be manually scalped down to the beginning of the root zone. Remove all scalped turf from the project site per Section 300-1.3. Following turf kill and removal, process exposed subgrade per Section 301 4. Any and all earthwork/demolition within 5' of dripline of existing trees shall be conducted with the oversight/supervision of the City Arborist to verify no damage shall be imparted to existing trees. 5. Perform grading within contract limits, grading around trees, including adjacent transition areas to new elevations, levels, profiles, and contours indicated. 6. Any existing tree roots encountered which are 2" or greater in dimension shall be hand dug/excavated. Cutting of any roots 2" or larger in dimension will be performed under the supervision and approval of the City Arborist. No ripping of existing roots 2" or larger in dimension shall be permitted. 7. Removal of existing trees as noted on demolition plan shall include stump grinding of existing roots to a depth of 24". Contractor shall provide Owner approved backfill of stump ground holes. Resultant grade shall be compacted to 65% unless otherwise noted on plans or Geotech Report. Finish grade shall be smoothly feathered and transitioned to adjacent grade. Site Grading (See Section 01 71 23 10 for specific grading requirements within the synthetic turf limits CITY OF NEWPORTBEACH Technical Sp ,ftami G.nb ok ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 6 Perform grading within contract limits, including adjacent transition areas to new elevations, levels, profiles, and contours indicated. Check subgrade surfaces parallel to finished surface grades. Provide uniform levels and slopes between new elevations and existing grades. 2. Grade surfaces to assure areas drain away from structures and to prevent ponding and pockets of surface drainage. Check subgrade surfaces. Subgrade shall be free from irregular surface changes and as follows: a. The subgrade at any point shall not vary more than 0.10 foot above or below the grade established by the Improvement Plans if the structural section indicates placing surfacing on native material. b. The subgrade at any point shall not vary more than 0.10 feet above the grade established by the Improvement Plans if the structural section indicates placing an aggregate base or sub -base material on native materials. C. Precise Grading: Fine grades shall be set to the grades/elevations established by the improvement plans. d. Paved Areas: Shape surface of fine grade areas to line, grade, and cross- section indicated. Check compacted subgrade. Subgrade shall be suitable to receive paving base materials, per Standard Specifications. Subgrade tolerance plus 0, minus 1/2". e. Granular Base: Check subgrade surface. Subgrade surface shall be smooth and even, free of voids, to the required subgrade elevation. Compacted subgrade shall be suitable to receive granular base materials per Standard Specifications. Tolerance 1/2" in 10'. 3. Uniformly distribute and spread soil. Provide additional imported topsoil, if required, per Geotechnical Report dated October 31, 2022. See Appendix A, to complete the work. Use loose, dry weed -free topsoil. Do not use muddy topsoil. Place during dry weather. 4. Fine grade topsoil eliminating rough and low areas to ensure positive drainage. Maintain levels, profiles, and contours of fine grades. 5. Remove stones, roots, weeds, and debris while spreading topsoil materials. Rake surface clean of stones 1" or larger in any dimension and all debris. Provide surfaces suitable for soil preparation provided under lawn and planting work. Contractor shall be responsible for'rock picking' and removal of all rocks, stones, and boulders one (1) inch in diameter and greater in all areas not requiring concrete paving. Removal of rocks from site shall be in compliance with state and local codes. 6. Perform grading within contract limits, including adjacent transition areas to new elevations, levels, profiles, and contours indicated. Grading and earthwork for the new construction shall include excavation of the existing grade as necessary to "key" in to existing grade the proposed surface. Spoils from such operations shall be relocated and stock piled by the contractor. Provide subgrade surfaces parallel to finished CITYOFNEWPORTBEACH Twtntca Specifications Gmmn ok ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 7 surface grades. Provide uniform levels and slopes between new elevations and existing grades. 300-1.2 Preservation of Property Consult the records and Contract Drawings of adjacent work and of existing services and utilities which may affect site work operations. 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by Owner approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the Owner's website at: htto://newportbeachca.gov/index.aspx?pane=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3-feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or CITY OF NEWPORT BEACH Technical SPcciPcaeions Greenb k ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 8 sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. Miscellaneous: In addition to the work outlined in Subsection 300-1 of the Standard Specifications, the following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item. 1. Maintain dust control at all times by watering; including developing water supply and furnishing and placing all water required for work done in the contract, including water used for extra work. 2. Provide for traffic control and all signs, barricades, striping and flashers necessary to maintain proper control, per approved Traffic Control Plans (as provided by contractor). 3. Protection and maintenance of utilities, trees. fences, walls, and other facilities within the construction zone, except those specifically directed by the Owner Representative to be removed or relocated. 4. Other items of work as directed in these Special Provisions. 5. Remove asphalt concrete paving and base material. 1. Remove PCC concrete. 300-1.5 Solid Waste Diversion Non -reinforced clean concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. Miscellaneous: In addition to the work outlined in Subsection 300-1 of the Standard Specifications, the following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item. 1. Maintain dust control at all times by watering; including developing water supply and furnishing and placing all water required for work done in the contract, including water used for extra work. CITY OF NEWPORT BEACH Tmhnical Specifications Green ok ARROYO PARK SYNTHETIC TORE REPLACEMENT Page 9 2. Provide for traffic control and all signs, barricades, striping and flashers necessary to maintain proper control, per approved Traffic Control Plans (as provided by contractor). 3. Protection and maintenance of utilities, trees. fences, walls, and other facilities within the construction zone, except those specifically directed by the Owner Representative to be removed or relocated. 4. Other items of work as directed in these Special Provisions. 5. Remove asphalt concrete paving and base material. 6. Remove PCC concrete. 300-2 UNCLASSIFIED EXCAVATION Trenching/grading Adjacent to Existing Trees. "The Contractor is responsible for clearing and grubbing, pruning and selectively removing tree roots that interfere with the work. The Contractor shall submit recommendations by its sub- contracting arborist to the Owner for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contractor as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the Owner's Arborist, John Nelson (949) 644-3197 at the site to discuss Owner standards and requirements. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the Owner's Arborist. b. Roots shall be cleanly severed using a root -pruning machine, axe or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs and shall be made as far away from the tree base as possible. 3. Selective Root Prunino a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 3 (three) feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) CITY OF NEWPORT BEACH Technical Specifications Grcenb ok ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 10 b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the Owner's Arborist. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Where it is necessary to excavate/grade 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. Trenches adjacent to trees 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. Any and all grading within 5' of dripline of existing trees shall be performed under the supervision of the Owner. 300-2.6 Surplus Material All surplus material including asphalt, concrete, etc. shall be disposed of in a legal manner, in compliance with the City of Newport Beach Construction Debris Recycling Program and at the expense of the Contractor. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General Footings shall bear on approved undisturbed bearing soil. 300-3.4 Inspection [Add the following after the first paragraph]: 1. Contractor shall provide adequate notice, cooperate with, provide access to their work, obtain samples, and assist testing agency and their representatives in execution of their function. 2. Fill Materials: Contractor shall provide testing of proposed import materials to verify suitability for use, gradation of material, moisture -density relation by ASTM D1657 and percent of organic materials. 3. When, during progress of work, field tests indicate that installed compacted materials do not meet specified requirements, provide additional compaction until specified density is achieved or remove and replace defective materials with new materials as directed by CITYOFNEWPORTEEACH Technical Spccif azions Greenbo.k ARROYO PARK SYNTHETIC TURF REPLACEMENT Page I I the Owner Representative. Cost of additional labor, materials, and testing to attain specified density shall be at Contractor's expense. 4. Do not cover or enclose work of this section before obtaining required inspections, tests, approvals, and location recording. 5. Submit reports for testing and inspection of the following, as directed by the Owner Representative. a. Subgrade surfaces b. Footing subgrade 300-3.5 Structure Backfill 1. All fill material is subject to testing and inspection. 2. Fill materials: shall be per project soils report as prepared by GMU Geotechnical, Inc., dated October 31, 2022. See appendix A. 3. Granular base: per project soils report as prepared by GMU Geotechnical, Inc., dated October 31, 2022. See appendix A. 4. Granular fill: per project soils report as prepared by GMU Geotechnical, Inc., dated October 31. 2022. See appendix A. 5. Obtain inspection and approval of subgrade surfaces from the Project Geotechnical Engineer prior to filling operations. Scarify, dry, and compact soft and wet areas; remove and replace unsuitable subgrade materials with an approved compacted fill material. Take corrective measures before placing fill materials. 6. Soil stabilization: When exposed subgrade surfaces become spongy during construction operations and soil stabilization is required, stabilize subgrade materials, as directed by the Owner Representative and in conjunction with project geotechnical engineer or their representative. 7. Spread approved fill material per Section 800. 8. Compaction: a. Compact subgrade and fill material of all areas shall be as noted on project soils report as prepared by GMU Geotechnical, Inc., dated October 31, 2022. See appendix A. b. Water settling, puddling, and jetting of fill and backfill materials as a compaction method are not acceptable. C. Maintain moisture content of materials, during compaction operations within required moisture range noted on project soils report as prepared by GMU Geotechnical, Inc., dated October 31, 2022. See appendix A and to the satisfaction of the Project Geotechnical Engineer to obtain indicated compaction density. CITY OF NEWPORT BEACH Technical Specifications Oreenb .k ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 12 d. Provide adequate equipment to achieve consistent and uniform compaction of fill and backfill materials. 300-5.2 Imported Borrow QUALITY ASSURANCE: The Soils Report shall control all aspects of this Work. If a discrepancy occurs between this specification and the Soils Report, the Soils Report shall take presidency. A. Professional Observation: Perform Work of this Section under the inspection and approval of the Geotechnical Engineer. Give Geotechnical Engineer not less than 48 hours advance notice of readiness for inspection. B. Source Quality Control: Obtain approval by Geotechnical Engineer of imported fill material before material is brought to site, and same approval of excavated material for use in fills or backfills prior to placing. C. Requirements of Regulatory Agencies: Conform off -site excavation, backfill, and compaction to requirements of public authorities having jurisdiction. Obtain and pay for required permits and inspections. SECTION 301- SUBGRADE PREPARATION, TREATED MATERIALS AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION 301-1.2 PREPARATION OF SUBGRADE A. Below any and all improvements with the exception of synthetic turf. All subgrade preparation shall be performed in accordance with the Geotechnical Report, See Appendix A. 2. The upper 8 inches of the exposed subgrade should be pulverized, moisture conditioned, and recompacted to a minimum 95 percent relative compaction, in accordance with ASTM D1557. 3. Subgrade pulverization should be performed utilizing a pulverization machine (such as a Caterpillar RR-250 Road Reclaimer, or equivalent) that is capable of thoroughly pulverizing the subgrade to the satisfaction of the project geotechnical engineer. Equipment available from: Arrow Asphalt 1620 W. Peilisier Road Colton, CA 92324 CITY OF NEWPORT BEACH Technical Specifications Gmmv k ARROYO PAR% SYNTHETIC TURF REPLACEMENT Page 13 4. Project Geotechnical Engineer shall review and approve pulverized soil to verify existing organics have been sufficiently pulverized prior to grading. Contractor shall be responsible for continued pulverization to the satisfaction of the project geotechnical engineer prior to commencing with grading operations. B. Below any and all improvements with the exception of synthetic turf. 1. All subgrade preparation shall be performed in accordance with the Geotechnical Report, See Appendix A. 301-2 UNTREATED BASE 301-2.1 General - Permeable Aggregate Base (PAS) A. Permeable Aggregate Base shall be placed to the lines and grades shown on the plans and in accordance with the methods of Section 301-2 of the Standard Specifications. Permeable Aggregate Base shall be placed to the lines and grades shown on the plans and in accordance with the methods of Section 301-2 of the Standard Specifications. Prior to placement of Permeable Aggregate Base, the subgrade soils shall be processed to a minimum depth of 12-inches, moisture -conditioned, per Project Geotechnical Report prepared by GMU Geotechnical, Inc., dated October 31, 2022. See appendix A and recompacted to a minimum depth of 90 percent relative compaction. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.4 Concrete Finishes 1. General. Unless otherwise specified in this Subsection, retardant finish, broom, and steel trowel finish concrete used in the hardscape areas shall be constructed of concrete prepared as prescribed in Subsection 201-1. Portland Cement Concrete Pavement shall be constructed in accordance with Section 302-6 "Portland Cement Concrete Pavement'" except as modified herein. 2. Job Sample. Contractor shall pour and finish a 6' X 6' square sample of each concrete finish and color using the specified materials and construction techniques. Each sample shall include final finish color as specified, sawcut joints with crack chaser, expansion joints, and shall meet with the Owner's approval prior to placing any production concrete. Production pours are not acceptable as field samples. Sample 6' X 6' concrete panels shall be prepared by Contractor for Owner's review three weeks prior to scheduled production pours. Samples not meeting with Owner's satisfaction shall be repoured and finished at no cost to Owner. Preparation of 'Top Cast' no. 5 finish samples (see Section 201-1.2.4) shall be prepared per supplier's specifications. After approval of Job Sample CITY OF NEWPORT BEACH Tmhnic Specifcatiom G=nbook ARROYO PARK SYNTHETIC TORE REPLACEMENT Page 14 3. Subgrade Preparation: All soil material used as compacted fill or material processed in place or used to backfill trenches should be moistened, dried, or blended as necessary to achieve the optimum moisture content for compaction, and densified with relative compaction as determined by ASTM Test Method D 1557 per project Geotechnical Report, dated October 31, 2022. See appendix A. The subgrade under any sidewalks and flatwork shall be scarified to a depth of at least twelve (12) inches or as recommended by the Project Soils Report (See Appendix A), and moisture shall be applied to maintain free water on the surface for at least 24 hours prior to placing concrete and the subgrade shall then be prepared without compactive effort. Preparation. Subgrade shall be compacted and prepared in accordance with project soils report as prepared by GMU Geotechnical, Inc., dated October 31, 2022- See appendix A. 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 2,850 psi at 24 hours. High early strength concrete may be attained to meet the time constraints by the use of additional Portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.1 General Concrete structures shall conform to the provisions of the Standard Specifications and herein Reinforcing steel shall be Grade 60 billet steel conforming to ASTM A615. The surfaces of all concrete structures shall receive a smooth trowel finish, unless otherwise specified on plans. The Contractor shall furnish all labor, tools and materials to construct reinforced Portland Cement Concrete structures and appurtenant work to grades and dimensions shown on the Plans or staked in the field. The Contractor shall submit method and sequencing for placement of P.C.C. for the Owner's Representative approval at least ten (10) working days prior to commencement of work. Unless otherwise specified, transverse construction joints shall be placed in all reinforced sections at intervals of not less than ten (10) feet or more than fifty (50) feet. The joints shall be in the same plane for the entire structure and, for concrete thickness greater than 6-inches, shall be keyed as directed by the Owner's Representative. CITY OFNEWPORT BEACH Technical Specifications Grenb k ARROYO PARR SYNTHETIC TURF REPLACEMENT Page 15 303-1.3 Forms Forms shall be braced to withstand the pressures developed and shall be tight to prevent the loss of mortar. Formed wall surface shall be free of any unevenness greater than 1/4-inch when checked with a 10-foot straight edge. Concrete in walls with side slopes flatter than 3/4:1 shall be placed on suitable material which has been overfilled, compacted, and trimmed to true grade. Backforms shall be used where the side slope is 3/4:1 or steeper. A clear non -staining form release agent which will not discolor nor affect the surface texture of the concrete and does not react with any ingredients of the concrete shall be used. The cost of Furnishing and Placing Form Release agent shall be included in the cost of Portland Cement Concrete. All form work for concrete construction (mow curbs, paving, concrete curbs, gutters, walls, etc) shall be reviewed and approved by Owner prior to pouring of concrete. 303-1.7 Placing Reinforcement. 303-1.7.1 General Aluminum and plastic supports for reinforcement shall not be used. Bars shall be accurately spaced as shown on the Plans and spacing of first bar immediately adjacent to transverse construction joint shall be one-half the required spacing shown on the Plans. In no case shall the clear distance between parallel bars be less than 2-1/2 diameters of the bar, or a minimum of 2-inches. Unless otherwise shown on Plans, embedment of reinforcing steel (other than stirrups and spacers) shall be 1-1/2 inches clear depth for #B bars or smaller and shall be 2-inches clear for #9 bars and larger. Where placement of reinforcing steel requires alternate bars of different size embedment, requirements shall be governed by the larger bar. Stirrups and spacers shall be embedded not less than 1-inch clear depth. Measurement of embedment shall be from the outside of the bar to the nearest concrete face. Tack welding or butt welding of reinforcing bars will not be permitted. 303-1.7.2 Splicing Reinforcing bars may be continuous at locations where splices are shown on the plans, at the option of the Contractor. The location of splices, except where shown on the Plans, shall be determined by the Contractor, based upon using available commercial lengths where applicable. Splices shall consist of placing the reinforcing bars in contact and wiring them together in such a manner as to maintain the alignment of the bars and to provide minimum clearances. No lapped splices will be permitted at locations where the concrete section is not sufficient to provide a minimum clear distance of 2-inches between the splice and the nearest adjacent bar. The clearances to the surface of the concrete shall not be reduced. Length of lapped splices shall be as noted on Contract Drawings. CITY OF NEWPORT BEACH Technical Specifications Greenbook ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 16 Splices of tensile reinforcement at points of maximum stress shall be avoided; however, any deviation from splices shown on the Plans shall be approved by the Owner's Representative. 303-1.8 Placing Concrete 303-1.8.1 General The Contractor shall exercise caution in placement of concrete in walls and congested areas to ensure proper consolidation and that there are no voids, and protection of waterstops in position. Adequate provisions shall be made for visual inspection of concrete placement, consolidation and waterstop protection. Pouring of walls in lifts, use of smaller maximum aggregate sizes, or other methods as necessary may be proposed by the Contractor and will be permitted only after evaluation by the Owner Representative. 303-1.9.2 Ordinary Surface Finish Ordinary Surface Finish shall not apply to rock pockets which, in the opinion of the Owner Representative, are of such extent or character as to affect the strength of the structure materially or to endanger the life of the steel reinforcement. In such cases, the Owner Representative may declare the concrete defective and require the removal and replacement of the structure affected. 303-1.10 Curing. [Amend first paragraph with the following]: Exposed concrete surfaces shall be sprayed with Type 2 curing compound at a uniform rate of one gallon per 150 square feet. Surface retardant: Surface retarder shall be "Top Cast' No. 5 surface retarder or approved equal, provided by Dayton Superior. "Top Cast" retardant to be applied at specific paving conditions noted on plans and shall utilize Top Cast release agent, as noted on plans. Contractor shall contact Chuck Poole of Dayton Superior Corporation (714) 287-6342 to meet on site to discuss application procedures prior to preparation of concrete samples. Concrete sealer shall be Siloxane WB Concentrate sealer. Dilution to be 1:9 minimum to 1:7 maximum. Provided by Mike Davis of Innovative Concrete Products and Marketing, Inc. Phone: (949) 498-7077. See manufacturer recommendations. 303-1.11 Payment [Replace paragraph one with the following]: Portland Cement Concrete structures shall be included in the contract price and shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work required to construct the structure in conformity with the plans and specifications. Should the Contractor request and obtain permission to use admixtures for his own benefit, he shall furnish such admixtures and incorporate them in the concrete mixture at his expense, and no additional compensation will be allowed therefore. Should the Owner Representative direct the Contractor to incorporate any admixtures in the concrete when their use is not required by these specifications, furnishing the admixtures and adding them to the concrete will be paid for as Extra Work a provided in Subsection 3-3, as amended by these Special Provisions. CITY OF NEWPORT BEACH TmhnicM Specifications GreenWok ARROYO PARK SYNTHETIC WU REPLACEMENT PW 17 303-5 CONCRETE CURBS, CONCRETE PAVING, CONCRETE SEATING, WALKS, GUTTERS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.1 Requirements 303-5.1.1 General 1. Concrete curbs, ramps, and walks shall conform to the Standard Specifications and supplied herein in conjunction with Construction Document Plans and Details. 2. Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. 303-5.2 Forms 303-5.2.1 Standard Form 1. Use flexible metal, 1" lumber or plywood forms to form radius bends. 2. Install, align and level forms, stake, and brace forms in place. Maintain following grade and alignment tolerances except where accessibility concerns would bring non- compliance if tolerances were allowed. a. Top of Form: Maximum 1/8" in 10'0". b. Vertical Face: Maximum 1/8" in 10'0". 3. The Contractor shall include all fine grading and compaction with regard to setting forms during concrete placement. 4. The Contractor shall notify Owner a minimum of 36 hours in advance of scheduled form board review. All form work for hardscape construction (mow curbs, concrete paving, curbs, gutters, walls, etc.) shall be reviewed and approved by Owner prior to pouring of concrete. All formwork shall be constructed utilized the projects digital base plan. Modifications in formwork necessary for alignments to be straight, true to line with well transitioned radial, curved sections shall be provided by the contractor at no additional cost to the contractor. 303-5.4 Joints 303-5.4.1 General Provide expansion joints using pre -molded joint filler at concrete work abutting curbs, walks, and other fixed objects. a. Locate joints as indicated. When not indicated, provide joints at maximum 24'-0" on center for curbs and walks. Align joints in abutting curbs and walks. CITY OF NEWPORT BEACH T.Mic S,.flckwns Oran k ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 18 Contractor shall provide a joint layout play for review and approval by the Owner prior to construction of joints. b. Install expansion joint fillers full -width and depth of joint. Recess top edge below finish to receive sealants as indicated on the details. C. Provide joint fillers in single lengths for the full slab width, whenever possible. Fasten joint filler sections together when multiple lengths are required. d. Where intersecting joints occur join top edge and continue any spliced joints without deviation of form line or direction. e. Protect the top edge of the joint filler during concrete placement. f. Control joints shall be provided to a depth equal to 1/3 the thickness of the concrete pour. 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall install or replace curb markings that indicate sewer laterals on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A two (2) day notice to the Engineer is required for requests to the Owner to determine the location of sewer laterals. 303-5.5.4 Gutter The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. PART 8 - LANDSCAPING AND IRRIGATION SECTION 800 — MATERIALS 800-1 LANDSCAPE MATERIALS 800-1.1 Topsoil 800-1.1.1 General Topsoil shall be Class A (imported). 800-1.2 Soil Fertilizing and Conditioning Materials 800-1.2.3 Commercial Fertilizer Commercial Fertilizers shall be delivered in sacks with the manufacturer's label showing weight and analysis attached to each sack. CITY OF NEWPORT BEACH Tec ica SpxlRcahons Gmmnbook ARROYO PARK SYN MC TURF REPLACEMENT Page 19 The following commercial fertilizer and soil preparation shall be for bid purposes only. Exact quantities and recommendations may be determined by the soil fertility and agricultural suitability test to be prepared by Waypoint Analytical or approved equal testing facility. Contact: Joe Kiefer (714) 282-8777. Tests shall be provided by the Contractor at no additional cost to the Owner and shall be included in the base bid. Test shall be performed after final grading has been completed and approved by the Owner. All areas to be landscaped with a slope of 3:1 or less shall be cross -ripped or otherwise tilled to a depth of 18 to 24 inches. Uniformly spread and cultivate amendments thoroughly by means of mechanical tiller into top 6" of soil in all planting areas. Application rate per 1,000 square feet: Commercial Fertilizer 6-24-24XB 25 pounds Soil Sulphur 20 pounds Granular Gypsum 100 pounds Nitrogen stabilized sawdust ("Greenbook" — Type I Organic Amendment) 6 cu yds Planting Tablets: Provide slow -release type with potential acidity of not more than 5 percent by weight containing the following percent's by weight of nutrients listed; 20-nitrogen, 10- phosphoric acid, 5-potash, 2.6 combined calcium, 1.6-combined Sulphur 0.35-iron (elemental) from ferrous sulfate. Provide in 21 gram tablets manufactured by Agrifonn, or other approved. Landscape areas with gradients greater than 3:1 shall receive a uniformity broadcast application of the following: 300 lbs./Acre Nitroform (38-0-0, WIN 27%) 600 lbs./Acre 6-24-24XB 1. For amending of turf and general landscape areas on slopes greater than 3:1 scratch the surface of the soil, if safe and feasible to do so, prior to broadcasting fertilizers. Fertilizers can then be broadcast at the rates indicated in the Soils Fertility and Agricultural Suitability Report per section 800-1.2.3, followed with one or two thorough irrigations to move fertilizers into the rootzone. 800-1.2.4 Organic Soil Amendment Paragraph 1 shall be deleted and replaced with the following: Organic Soil amendment material shall conform to Type 1 plus Redwood Shavings, as supplied by Aguinaga Company, (949) 786-9558 or equal, unless otherwise designated. Delete paragraph references to Type 2 and Type 3 soil amendments. 800-1.2.5 Mulch. Sentence one of paragraph one shall be deleted and replaced with the following CITY OF NEW PORT REACH Technical SPeciRcatiow Greenbook ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 20 Mulch: Provide 'forest floor' (0"- 4") as supplied by Aguinaga Company, (949) 786-9558, or approved equal. Submit sample for review and approval by Owner Inspector prior to material delivery on -site. 800-1.2.6 Soil Herbicide. Landscape areas: A commercially manufactured non -selective herbicide ("Round -up" or approved equal) for total control of vegetation products shall meet all federal and state regulations pertaining to the use of such substances. Application and rate of application shall follow manufacturer's recommendation. Application shall not be made until obtaining written approval from the Owner. Following Owner approval of Contractor herbicide, Contractor shall apply herbicide to all landscape areas. Such application shall be performed in consideration of overall construction schedule and operation so as not to disrupt or interfere with the project schedule and time line. 800-1.4 Plants 800-1.4.1 General. Subsection 800-1.4.1 shall be deleted and replaced with the following A representative number of plants may be inspected and approved at the nursery by the Owner Representative prior to shipment to the planting site. Prior to such visit, Contractor shall submit 3" x 5" color photographs of all proposed tree and shrub material for Owner's review. Photos shall indicate proposed material and picture shall indicate material separated from the surrounding nursery stock to size and condition of proposed material to be evaluated. Photographs of all trees shall include a person, with a height of at least 5'-6". Photos shall be submitted seven (7) calendar days prior to specified plant material review at nursery site. Plants shall be inspected for size and condition of root growth, insects, injuries and latent defects. Label at least one tree and one shrub of each variety with a securely attached waterproof tag bearing legible designation of botanical and common name. The Owner reserves the right to reject entire lots for plants represented by defective samples. Plant condition shall be in accordance with the American Standard for Nursery Stock (ANSI Z60.1-1996). All plants shall have a growth habit normal to the species and shall be sound, healthy, vigorous, and free from insect pest, plant diseases, sun scalds, fresh bark abrasions, excessive abrasions, or other objectionable disfigurements. Tree trunks shall be sturdy and well hardened off. All plants shall have normal well -developed branch systems, and vigorous and fibrous root systems which are neither root nor pot-bound and are free of kinked or girdling roots. Other than the normal side pruning during the growth period, no pruning shall be done prior to inspection at the nursery. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock, or as specified in the Contract Drawings. The minimum acceptable size of all plants, measured before pruning with the branches in normal position, shall conform with the measurements, if any, specified on the Contract Drawings in the list of plants to be furnished. Plants larger in size than specified may be used with the approval of the Owner, but the use of larger plants will make no change in contract price. Bare root plantings in publicly maintained areas shall be done only with special approval of Owner. Quantities and Types. Plant materials shall be furnished in the quantities and/or spacing as shown or noted for each location, and shall be of the species, kinds, sizes, etc., as symbolized, and/or described in the Plant Legend, as indicated on the Contract Documents. The landscape Contractor is to verify all sizes and quantities on plans. Installation and use of substitute items CITY OF NEW PORT BEACH Txhnica Sp cfflmons Greenbook ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 21 shall not be made until the Contractor is in receipt of written approval from the Owner. Substitution Proposals for plant material must be accompanied by substantive written proof of non -availability of material originally specified prior to bid opening. 800-1.4.2.1.9 Fertilizer. A. Root Growth Stimulant: Stimulant shall be Tri-C Michimichi Kelp Vitamin B-1 or equal, as manufactured by Cal -Liquid, Cooke, Chican, Ortho, or other approved equal. B. Fertilizer will not be used at time of planting. After four months, use a light application of 20:10:5 approximately 1/2 lb. nitrogen per tree cultivated into soil. 800-1.4.5 Sod (turf grass) Turf Sod shall be Tifway II Bermuda Grass (42" wide rolls), provided by West Coast Turf. Contact: Anthony Pulizzano (760) 834-5121. Product Delivery, Storage and Handling A. Protection and Delivery of Sod: 1. Sod for site planning shall be delivered to planting site within twenty four (24) hours of harvest. Sod shall be refrigerated immediately after harvest prior to transportation. Sod shall remain moist at all times prior to planting. 2. Deliver materials to site in original unopened containers bearing manufacturer's guarantee chemical analysis, name, trademark, purity, germination, and conformance to State law. 3. Deliver materials with legible waterproof identification labels. 4. Protect material during delivery to prevent damage. 5. The Contractor shall notify the Owner's Representative seven days prior to delivery of all materials and shall submit an itemized list for each delivery. B. Storage: 1. Store plant material in shade and protect from weather. 2. Protect material from damage and theft. JOB CONDITIONS A. Planting: Perform actual planting only when weather and soil conditions are suitable according to locally accepted practices. CITY OF NEW PORT BEACH Technical SP 6&ai. G,.nW k ARROYO PARK SYNTHETIC TURF REPLACEMENT P,g 22 B. Scheduling: Install trees and container stock plant material before Sodded Lawn and Grass installation. REPLACEMENTS A. Replacement Any materials found to be dead, missing, or in poor condition during the maintenance period shall be replaced immediately. The Owner's Representative shall be the sole judge as to the condition of materials. Materials to be replaced within the guarantee period shall be replaced by the Contractor within 15 days of written notification by the Owner. Execution A. Laying Sod: 1. Soil moisture. all areas to receive planting shall be irrigated prior to planting. Soil shall be maintained in a constant moist condition but well below field capacity. Extreme care must be exercised to prevent over -watering to prevent soil - compaction or creating grade irregularities by heavy equipment. 2. The Contractor shall provide and install the type and quantity of turf grass sod as shown on the Contract Drawings and specified herein. Only long roll sod of the variety specified shall be utilized. Lay sod to form a solid mass with tightly fitted joints. Buff ends and sides of sod strips; do not overlap. Stagger strips to offset joints in adjacent courses. Work from boards to avoid damage to subgrade or sod. Tamp or lightly roll to ensure contact with subgrade. Work sifted soil into minor cracks between pieces of sod; remove excess material from sodded areas to prevent smothering. NOTE: Mesh backing material shall be removed from sod at the time that sod is laid. The Contractor shall clean up and dispose, off -site, all mesh material and surplus sod. 4. Thoroughly water soil with a fine spray immediately after planting to saturate the sodded area to a depth of four inches. 5. After two days of thorough watering, the Contractor shall curtail watering to permit re -rolling of the sodded area to ensure proper contact with subgrade. 6. After the second rolling of the sod, the Contractor shall routinely water, fertilize and maintain sodded area until the termination of the specified maintenance period and until acceptance by the Owner. H. Maintenance and Observation: CITY OF NEWPORT BEACH Tmhnical Specifications Gmw1vok ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 23 1. Turf type Bermuda shall be no more than 3/4 to 1 inches height at time of the first mowing. All turf areas shall be mowed, removing no more than 1/3 of the turf grass blade, and all bare spots shall be resodded prior to beginning of the maintenance period. 2. Conduct a complete review of all landscape construction items at the end of the landscape construction period to establish the time for beginning of the maintenance period. Notify the Owner's representative at least seven days in advance of review. 3. Maintain lawns to watering, fertilizing, weeding, mowing, trimming, and other operations such as rolling, regarding and replanting as required to establish a smooth, acceptable lawn, free of eroded or bare areas. CLEAN-UP A. After all planting operations are complete, remove all trash, excess soil, and rubbish from the property. Repair scars, ruts, or other marks in the ground caused by this work and leave the ground in a neat and orderly condition. B. Leave the site in broom -clean condition, and wash down all paved areas within the project site. Leave walks in clean and safe condition. C. Protect landscape work and materials from damage due to landscape operations, operations by other contractors, and trades and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed. 800-1.5.3 Tree Stakes. The first paragraph shall be replaced with the following; Tree stakes shall be sharpened 2" diameter, 12' long lodgepole pine, treated in accordance with Section 204-2.2. Stake shall be one piece and free from splits. Trees installed as 36" box and larger shall be installed with guy anchors (3/tree). The third paragraph shall be replaced with the following: Deadman stakes shall be duckbills or 2 x 4 inch redwood 18 inches long. Covers for wire shall be 3/4-inch Class 200 PVC pipe - 3 feet long. The following paragraph shall be added at the end of the subsection: A minimum of two (2) supporting tree ties or three (3) guy anchors shall be used for each tree. Tree ties shall be V.I.T. twist brace Model TB24. 800-1.5.5 Root Barriers Root barriers shall be 24" deep and as provided by DeepRoot Corp. (800) 458-7668, or approved equal. Installation shall be per manufacturer's specifications. 800-1.6.2 Submittals Provide''/z cubic foot sample of specified material for review and approval prior to acquisition and delivery. Submittal material to meet passing Sieve Analysis and Sand Equivalency per supplier specifications. Tec Li Sp cificatio Cremb ok TURF REPLACEMENT Page 24 The Contractor shall provide the Owner's Representative with copies of all material invoices from the Contractor's material supplier, showing material weight and specifications, as verification of all materials supplied for the contract. 800-2 IRRIGATION SYSTEM MATERIALS 800-2.1.1 General The manufacturer's directions and detail Contract Drawings shall be followed unless directed by the Owner Representative or shown differently in the plans and specifications. 800-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fillings. Add the following before the first paragraph: General. Use only new materials of brands and types noted on Contract Drawings specified herein, or approved equals. Paragraph 2 shall be deleted and replaced with the following: PVC Pressure Main Line Pipe and Fittings shall be Class 315 PVC with bell and gasket -type pipe for pressure main pipes 2 inches and larger. PVC schedule 40 with solvent welded joints for pressure main piping of lesser diameter. PVC schedule 40 solvent welded piping shall be used for all non -pressure lateral line piping. All PVC pipe must bear the following markings: 1. Manufacturer's name 2. Nominal pipe size 3. Schedule or class 4. Pressure rating in P.S.I. 5. NSF (National Sanitation Foundation) approval 6. Date extrusion 7. U.P.C. shield logo (IAPMO approval) All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type recommended by the manufacturer and shall follow installation methods prescribed by the pipe manufacturer. 800-2.2.2 Gate Valves. The text of this subsection shall be deleted and replaced with the following: All valves shall be as identified on the Construction Documents and per Owner review and approval. CITY OFNEWPORTBEACH Twhnical Sp iPcatms Gmenb k ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 25 800-2.2.4 Remote Control Valves Remote control valve manufacturer and sizes shall be as indicated in plans and legend 800-2.2.6 Quick -Coupling Valves and Assemblies. The text of this subsection shall be deleted and replaced with the following paragraph: Quick -coupling valves shall have a brass two-piece body designed for working pressure of 150 PSI. The quick -coupling valve shall have a built-in flow control and self -closing valve and shall be supplied in 3/4-inch (19) size unless otherwise required. The valve shall be equipped with a locking green rubber or vinyl cover. When a quick -coupler assembly is specified, it shall consist of the valve, quick -coupler connection, and hose swivel. 800-2.2.7 Valve Boxes. Delete the first paragraph and replace with the following: Valve boxes and lids shall be as detailed on the Plans. The boxes shall be covered with an etched polyethylene face with an ultraviolet inhibitor. The lid shall be plastic, lockable, and embossed with the valve station number on its topside. Sizes and manufacturer of the valve boxes and lids shall be as indicated on the Standard Contract Drawings. 800-2.4 Sprinkler Equipment The text of this subsection shall be deleted and replaced with the following: Irrigation bodies and nozzles shall be as indicated on plan and legend. Substitutions shall not be allowed unless by written authorization from the City of Newport Beach. Irrigation bodies and nozzles shall feature low head drainage, pressure regulating, and pressure compensating features. Unless otherwise approved, all pop -ups and fixed riser assemblies shall consist of plastic and stainless steel materials. Smaller radii turf irrigation equipment shall consist of 6-inch pop -ups. All smaller radii shrub and groundcover irrigation equipment shall consist of 12-inch pop -ups, unless otherwise approved by the Owner. Smaller radii equipment are those components which irrigate within and under a radius of 22 feet. 800-3 ELECTRICAL MATERIALS 800-3.2.1 Conduit. [Replace paragraph with the following]: Conduit shall be Schedule 40 PVC pipe as called out on the plans. Install per plans. Conduit shall conform to the applicable provisions of subsection 800-2.1.3. 800-3.2.2 Conductors The electrical system shall be installed in accordance with the National Electrical Code most recently adopted by the Owner. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be a different color wire for each automatic controller. Common wires shall be white CITY OF NEWPORT BEACH Txhnwc Specifcations Green k ARROYO PARK SYNTHEUC TURF REPLACEMENT Page 26 with a different color stripe for each automatic controller. Install in accordance with valve manufacture's specifications and wire chart. In no case shall wire size be less than #14. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. Install wires inside Schedule 40 Conduit anywhere it is not possible to place in pipe trench, or where wires must go under pavement. Conduit size shall be large enough to contain all necessary wires. Minimum conduit size shall be 2". Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten (10) feet. An expansion curl should be provided within three (3) feet of each wire connection and at least every one hundred (100) feet of wire length on runs more than one hundred (100) feet in length and also at each change of direction. Expansion curls shall be formed by wrapping at least five (5) ruins of wire around a one -inch diameter pipe, then withdrawing the pipe. All splices shall be made with Spears Dri-Splice wire connector or approved equal. Use one splice per connector sealing pack. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the Owner. SECTION 801 -INSTALLATION 801-1 GENERAL Inspection will be required for the following parts of the work: a. At completion of rough grade prior to incorporation of soil amendments. b. Irrigation coverage test prior to initiating planting operations. C. At completion of incorporation of soil amendments and fine grading. d. Prior to digging plant pits for trees and shrubs. e. During backfilling of plant pits with amended backfill. f. Maintenance period shall not begin until final installation inspection is made, and establishment is verified. Owner inspector shall approve commencement date of maintenance prior to the commencement of said maintenance. g. Final review and acceptance at the end of the maintenance period. The landscape contractor or subcontractor shall provide a licensed Pest Control Advisor (PCA) prior to applying herbicide. The PCA will be responsible for preparing and approving a Pest Control Recommendation and providing Safety Data Sheets (SDS). These items shall be included with the herbicide submittal. CITY OF NEW PORT BEACH Txhnicel Sp cificatons Greenback ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 27 The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the Owner for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City Arborist at the site to discuss Owner standards and requirements. If required, the submittal shall adhere to the following guidelines. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City Arborist. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. C. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City Arborist. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 801-2 EARTHWORK AND TOPSOIL PLACEMENT 801-2.1 General CITY OF NEW PORT BEACH Tmhnw.1 S,.,fimwns G,ce.W.k ARROYO PARK SYNTHS H! TORE REPLACEMENT Page 28 The Contractor shall apply water as necessary to provide ideal moisture content for tilling and for planting as, herein specified. 801-2.2 Topsoil Preparation and Conditioning 801-2.2.2 Fertilizing and Conditioning Procedures. The first paragraph of the subsection shall be deleted and replaced with the following: The planting areas shall be brought to rough grade whereupon Fertilizer and Soil Conditioning required for the native soils for the intended landscape planting shall be added based upon the recommendations of Soils Fertility and Agricultural Suitability Report. (See Section 800) The Contractor, at no additional cost to the Owner, shall make two additional soils tests for agricultural fertility and suitability and fertilizer and amendment recommendations of all planting areas upon completion of excavation, topsoil backftlling, and grading. The Contractor shall amend it as necessary to comply with the soils test report at no additional cost to the Owner. 801-2.2.3 Weed Control, Grow and Kill Protocol: The following subsection shall be added: Kill and remove all existing weeds from site areas utilizing post -emergent herbicide. Upon completion of the irrigation system and after all designated shrub and ground covers, existing weeds and growth have been removed from the planting areas. All areas shall be watered four (4) times daily until weed seeds have germinated for approximately 21 days or unless otherwise directed by the Engineer. Thereafter, watering shall cease for three (3) days to be followed by the spraying of a systemic herbicide containing the active ingredient glyphosate (Roundup -Pro or approved equal). Spraying shall be at the labeled rate compatible with the eradication rate for the target weed species and shall be performed under the direction of a registered Pest Control Advisor. After allowing sufficient time for the herbicide to kill all remaining weeds (2 weeks minimum), the areas to be landscaped shall be raked or hoed as directed by the Engineer to remove any remaining weed stubble. All areas shall be watered for an additional 14 (fourteen) day period and then receive an additional application of the systemic herbicide per manufacturer's recommendation. 801-2.3 Finish Grading. The following shall be added to the last sentence of the second paragraph.... except where water is designed to Sow over the same. The following paragraphs shall be added following paragraph two: Finish grades shall be those indicated on the Contract Drawings or as may be controlled by existing installations. Grades not otherwise indicated shall be uniform, and straight graded between points where elevations are noted. Minor modeling of the ground surface may be required. Landscape areas to receive turf shall be rolled with a water drum in a north/south and then east/west direction. Low spots and high spots in the terrain shall be backfilled and tamped or bladed and spread. The resultant grade shall be smoothly, evenly contoured and compacted to 85%. The gradient shall be as noted on plans. CITY OF NEWPORT BEACH T.hn,c S,6&.bons Gr..n .k ARROYO PARR SYNTHETIC WRF REPLACEMENT Page 29 Grading shall provide for the natural run-off of water without low spots or pockets. Flow lines shall be set by instrument and shall be the maximum gradient possible. 801-3 Header Installation 801-3.1 Concrete Headers. Concrete headers shall be constructed where shown on the plans and specifications. All concrete work shall conform to the requirements of subsections 201-1 and 301-1 and per Project Plans. 801-4 Planting 801-4.3 Layout and Plant Location Quantities for shrubs and groundcovers shown on the legend are for estimate purposes only. Final quantities for plant materials installed shall be governed by the indicated plant spacing. Quantities for trees shall be verified in bid documents and discrepancies between the planting plans and the bid schedule shall be noted on bid schedule by Contractor at the time of bid submittal. In the event that designated plant location is found in conflict with underground utility or structure during the planting operation an alternate location will be selected by the Owner. The Contractor shall be responsible to notify utility companies for the spotting of underground facilities prior to plant acquisition and to make precautionary potholes where conflicts would be indicated on the plans or by field notations by utility representatives. The cost for utility notification and potholing shall be included in the other work items and no additional compensation will be allowed, therefore. Proposed tree locations, as indicated on plans shall be staked by contractor for review and approval by Owner prior to digging of plant pits for planting. Stakes shall minimum of 6' in length and color coded to indicate variety of proposed tree planting at each of the staked locations. Review and approval of provided color -coded stake locations, with modificationstadjustments as necessary shall be provided by Owner prior to commencement of tree planting operations. Container shrubs and groundcovers shall be placed on finish grade at locations indicated on planting plans for review and approval prior to planting. Contractor shall notify Owner 48 hours prior to scheduled review of containerized shrubs and groundcovers on grade. 801-4.4 Specimen Planting [Insert before first paragraph]: The planting pits for trees shall be excavated twice the diameter and the depth of the rootball. Set the Tri-C or Grow -Power or equal tablets to be used with each plant on the top of the root ball while the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified. 3 tablets per 15 gallon 4 tablets per 24 inch box 5 tablets per 30 inch box 6 tablets per 36 inch box 7 tablets per 42 inch box 8 tablets per 48 inch and larger boxes CITY OF NEWPORT BEACH Technical Specifications Grtenbook ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 30 Planting shall be governed by the following requirements: 801-4.5 Tree and Shrub Planting The Contractor shall amend backfill as necessary per the soils test report at no additional cost to the Owner. (Refer to Sections 800 and 801-2.3.2). The following soil amendments and fertilizer guidelines shall be used for bid purposes only. Fill holes with backfill mixtures as specified below: The following material shall be thoroughly blended and used as a backfill mix in the surface 12" around trees and shrubs, and the backfill soil, 12" below finish grade should be amended if specified by the soil test report with only gypsum and / or iron sulfate. No mixing for individual planting holes will be permitted. Mix planting soil prior to backfilling and stockpile at the site. The iron sulfate should not contact cement surfaces since severe staining could occur. 8 parts by volume screened on -site soil 2 parts by volume Nitrogen Stabilized Organic Amendment 1 'h lbs. Iron Sulfate per cu. yd. of mix 1 lb. 12-12-12 per cu. yd. of mix 5 lb. gypsum per cu. yd. of mix 1 lb. of soil sulfur per cu. yd. of mix 2. Place plants near respective pits. Set the tablets to be used with each plant on the top of the root ball while the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified. 1 tablet per 1-gallon container 2 tablets per 5-gallon container 3 tablets per 15-gallon container 3. Remove all plants from their containers and set in plant pits. 4. Fill to proper height with amended backfill to receive the plant and thoroughly tamp the mixture before setting the plant. 5. Set plant in upright position in the center of the hole and compact the backfill mixture around the ball or roots. 6. Thoroughly water each plant when the hole is one-half filled. After water has completely drained, place planting tablets per detail. The remainder of the hole shall then be backfilled. 7. After watering, tamp the soil in place until the surface of the backfill is level with the surrounding area and the crown of the plant is at the finished grade of the surrounding area. Do not backfill around trunks or stems. 8. After backfilling, an earthen basin shall be constructed around each plant. Each basin shall be of a depth sufficient to hold at least six inches of water. Basins shall be the CITYOFNEWPORTBEACH TaMical Spe,Fxew.o G.rnW.k ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 31 same size as the container size of each individual plant. The basins shall be constructed of amended backfill material. This berm shall be leveled to finished grade alter the 60th day of the maintenance period, and prior to the ground cover hydroseeding. 9. Immediately after planting, apply water to each tree and shrub by means of a hose. Apply water in a moderate stream in the planting hole until the material about the roots is completely saturated from the bottom of the hole to the top of the ground. 10. Apply water in sufficient quantities and as often as seasonal conditions require to keep the planted areas moist at all times, wet below the root system of grass and plants. Generally, water once each day for 7 days in cool seasons, for 14 days in hot weather. Berms around shrubs and trees in slopes shall be maintained for 60 days following tree planting and then removed. 11. Pruning - Pruning shall be limited to the minimum necessary to remove injured twigs and branches and to compensate for loss of roots during transplanting, but never to exceed one-third of the branching structure. Upon approval of the Owner Representative, pruning may be done before delivery of plants but not before plants have been inspected and approved by the Owner. 12. No trees shall be planted within 6 feet of paved surfaces, unless specifically indicated on plans. Those trees noted on plans to occur within 6' of curbs and/or paving shall receive continuous root barriers per Section 800-1.5.5. 801-4.6 Planting Staking and Guying. The text of the entire subsection shall be deleted and replaced with the following paragraph: All staking and guying shall be in accordance with the Plans, Details, and Specifications. 801-4.7 Ground Cover and Vine Planting. The second paragraph shall be deleted and replaced with the following: Ground cover shall be planted in moist soil and spaced as indicated on the plant legend. 801-4.8 Lawn Planting See section 800-1.4.5 Sod (turf grass). 801-4.8.1 General. This section includes the following, as noted on plans: 801-4.9.3 Seeding and Mulching Mulch installation shall consist of placing 3" thick layer `forest floor' (0-4") material equal to or supplied by Aquinaga Company (949) 786-9558 over designated planter areas. See plans for areas of installation. Submit sample prior to purchase and/or placement for approval. 801-5 IRRIGATION SYSTEM INSTALLATION CITY OF NEWPORTBEACH TwMical Sp fflcations Gn nbook ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 32 801-5.1 General Contractor shall be responsible to notify the Owner prior to start of construction to coordinate on -site inspections. Due to the scale of Contract Drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which maybe 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. The work shall be installed in such a manner as to avoid conflicts between planting and architectural features, etc. All work called for in the Contract Drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. The Contractor shall not willfully install the irrigation system as shown on the Contract Drawings when it is obvious in the field that unknown 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 Representative. In the event this notification is not performed, the Irrigation Contractor shall assume full responsibility for any revisions necessary and shall perform such at \his own expense. The fourth paragraph shall be deleted and replaced with the following paragraphs: The location of connection points shown is approximate. The Contractor shall contact the utility companies and coordinate the installation of the required electrical and water services. Following coordination with the utility companies, the Contractor shall make all necessary provisions to make the service connections called for on the plans at the places indicated or to the nearest acceptable point thereto as approved by the utility companies and the Owner Representative. Verification of the point of connections with the utility companies and the Owner Representative shall be obtained by the Contractor prior to the start of work. All costs for making the service connections shall be paid for by the Contractor, with the exception of any utility company fees and permit fees which are reimbursable by the Owner, as per Section 7-5 "Permits" of the General Provisions. 801-5.1.1 Temporary Repairs The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system 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. 801-5.2 Trench Excavation and Backfill. The second and last paragraph shall be deleted and the following added: The depth of cover over pipelines and conduits shall be per Contract Documents. The trenches shall not be backfilled until all required tests are performed. A fine granular material used for bedding and backfill will be placed on all lines. Trenches shall be carefully CITY OF NEWPORT BEACH Technical Specifications Gm nbook ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 33 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. The finished surface shall be restored to the grade established prior to excavation. All mounding and divots shall be graded smooth to the satisfaction of the Owner Representative. If settlement occurs, and subsequent adjustments in pipe, valves, valve/utility boxes, sprinkler heads, lawn or planting, or other construction are necessary, the Contractor shall make all required adjustments. 801-5.2.1 Trenching and Backfilling Under Paving. Where irrigation lines are called for on the plans to be placed within a sleeve the PVC sleeve to be provided for such work shall be Schedule 40 PVC sleeve. 801-5.2.2 Trenching Adjacent to 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. Trenches adjacent to trees 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. 801-5.3 Irrigation Pipeline Installation A minimum of twelve (12) inches clearance shall be maintained between 'recycled" irrigation pipelines and non -irrigation pipelines/conduits. The following paragraphs shall be added at the end of the subsection: PVC Sleeves shall be required under areas where all hardscape materials shall be installed. Sleeving shall be done per detail on Project Plans (Minimum sleeve dimension shall be twice the diameter of pipe size. 801-5.3.3 Plastic Pipeline. The following shall be added to the end of paragraph one: PVC to metal connections shall only be accomplished by PVC male adapters screwed into metal fittings. Teflon tape shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. The fallowing paragraph shall be added following paragraph four: Handling of PVC Pipe and Fittings. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe are to lie flat and not to be subjected to undue bending or concentrated external load at any point. Any section of pipe C1TY OF NEWPORT BEACH Technical SPciticaiions Gmnb k ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 34 that has been dented or damaged will be discarded and, if installed, shall be replaced with new piping. Pipe and fittings shall not be stored in direct sunlight. 801-5.4 Installation of Valves, Valve Boxes, and Special Equipment Paragraphs three, four, five, and six shall be deleted. 801-5.5 Sprinkler Head Installation and Adjustment. 801-5.5.2 Location, Elevation, and Spacing. The third paragraph shall be amended to read as follows: Sprinkler heads shall be installed 6 inches from the adjacent vertical elements projecting above wade such as walls, planter boxes, curbs, and fences in shrub areas. Sprinkler heads shall be installed 4 inches from adjacent vertical elements projecting above grade such as walkways, walls, planter boxes, curbs, and fences in turf areas. 801-5.7 Flushing and Testing. 801-5.7.1 General. The following paragraph shall preface the subsection: Flushing of the lines shall be done before quick coupling valves and remote control valves are in place. All open ends shall be piped (temporarily to exhaust flushing water up and out of the trenches.) No water will be permitted to fall into the trench. Flushing procedure will be to first open the ports nearest the source, then recap, and move progressively towards the end of the line, with only one open port flushing at any one time. Amend the last sentence of the first paragraph by adding "and approved in writing' by the Senior Landscape Planner at the end of the sentence. Add the following paragraph to the end of the subsection: When the irrigation system is completed, a coverage test shall be performed by Owner Staff to determine if the water coverage for planting areas is complete, adequate, and avoids overspray onto walks, roadways, and buildings as much as possible. The Contractor shall furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Contract Drawings, or where the system has been willfully installed as indicated on the Contract Drawings when it is obviously inadequate, without bringing this to the attention of the Owner inspector. This test shall be accomplished before any ground cover is planted. The Contractor shall request the presence of the Owner in writing at least forty-eight (48) hours in advance of testing. 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. CITY OF NEWPORT BEACH Tmh.xc Spfimions Gree.b ok ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 35 801-5.7.2 Mainline and Lateral Pipeline Pressure Test. Pressure test at the end of the first paragraph shall be amended to read: Mains 6 hrs. at 150 PSI. Laterals 2 hours at 100 PSI. 801-6 MAINTENANCE AND PLANT ESTABLISHMENT The Contractor shall be responsible for detecting diseases and pests (including rabbits, gophers, groundhogs, rodents) as soon as they are present and shall take immediate action to identify, control, and remove the disease or pest. Pest control programs of all mammals shall be done without extermination and as approved by the Owner's Authorized Representative. Plants shall be maintained in a disease and pest free condition. A licensed Pest Control Operator shall be maintained to recommend and apply pesticide, herbicides, and fungicides. Contractor shall be responsible for removal of gophers and moles from site and repair any and all damage attributed to their presence. Damaged plant material due to vertebrate pests (rabbits, gophers, groundhogs, etc.) shall be replaced immediately by Contractor at no cost to Owner. Dead dying and damaged plant material shall be removed at no cost to the Owner. The maintenance and plant establishment period shall be for a period of (90) calendar days. Trees shall have a 1-year warranty beginning after the plant establishment period, after all planting is complete and approved by the Owner in writing. The maintenance period will not commence until all planting has been approved in writing by the Owner. Maintenance shall include, but not be limited to, all watering, irrigation repair, weeding, mowing, edging, cultivating, spraying, and pruning necessary to keep the plant materials in a healthy growing condition and to keep the planted areas neat and attractive throughout the maintenance period. The lump sum price paid for the maintenance period shall include all costs for water (from the new water meter installed only), watering, irrigation repair, weeding, mowing, edging, cultivating, spraying, and pruning necessary to keep the plant materials in a healthy growing condition and to keep the plant areas neat and attractive throughout the maintenance period. Upon the 60th day or thereafter, dirt berms around trees and shrubs shall be leveled. Provide all equipment and means for proper application of water to those planted areas not equipped with an irrigation system. Protect all planted areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. During the maintenance period, all plants and planted areas shall be kept properly watered and weed -free at all times. Irrigation schedule shall comply with AB325 and Certified Irrigation Auditor's parameters. In order to expedite the plant establishment work, the Contractor shall maintain a sufficient number of men and adequate equipment to perform the work herein specified from the time any planting is done until the end of the final maintenance period. The Contractor will be relieved from maintenance work when the plant establishment and maintenance work has been completed to the satisfaction of the Owner. CITY OF NEWPORT BEACH T..h,clSp ificazians Greenback ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 36 Damage to planting areas shall be replaced immediately when seen by Contractor. Damage observed by the Owner shall be replaced within 24 hours of notification to the Contractor. Depressions caused by vehicles, bicycles, or foot traffic, are to be filled and leveled. Replant damaged areas. Apply a pelletized fertilizer blend of 15-15-15 at the beginning and at every 30<lay maintenance interval at the rate 350 lbs. per acre until the designated end of the maintenance period. A 90day maintenance program shall consist of 3 (three) fertilizer periods. Apply 25 lbs. Gro-Power Plus per 1,000 square feet at 25th and 55th day of 90 day maintenance period. Contractor shall be responsible for removal of rodents, slugs, snails, and cutworms from site as required and repair damage as above. All paved areas will be broom cleaned and/or washed and maintained in a neat and clean condition at all times, as directed by the Owner. AQMD and WQMP practices shall be observed. Air blowers shall not be allowed. Replacements. At the end of the maintenance period, all plant material shall be in a healthy growing condition. During the maintenance period, should the appearance of any plant indicate weakness and probability of dying, immediately replace that plant with a new and healthy plant of the same type and size without additional cost to the Owner. All trees shall be guaranteed by the Contractor to live and grow in an acceptable upright position for a period of one year after completion and final acceptance by the Owner. The Contractor, within ten (10) days of notification by the Owner, shall remove and replace all guaranteed plant materials which for any reason fail to meet the requirements of the guarantee. Replacement shall be made with plant materials as indicated or specified for the original planting, and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. Clean -Up. Upon completion of the work in this section, the Contractor shall clean-up and remove from the area all unused materials and debris resulting from the performance of the work as directed by the Owner. 801-9 GUARANTEE The text of the subsection shall be deleted and replaced with the following: The guarantee period shall begin upon written notice by Owner of substantial compliance with plans and specifications has been achieved by Contractor. Upon acceptance, all construction shall be guaranteed by the Contractor for a period of one year against defects in materials and workmanship. Any settling of backfill trenches which may occur during the one year guarantee period shall be backfilled, compacted, and transitioned smoothly with adjacent gradients to the Owner's satisfaction by the Contractor without expense to the Owner, including the complete restoration of damaged planting, paving, or other improvements of any kind. CITY OF NEWPORT BEACH T.ft,wl Sp6fl,.ti ,G..book ARROYO PARK SYNTHETIC WRF REPLACEMENT Page 37 The Contractor, within ten (10) days of notification by the Owner Representative, shall remove and replace all guaranteed plant materials which, for any reason, fail to meet the requirements of the guarantee. Replacement shall be made with plant materials as indicated or specified for the original planting and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. CITY OF NEW PORT BEACH Tcchnicel Sp cificaions Greenb ok ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 39 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 Contract Drawings and specifications, ordinary wear and tear, and unusual abuse, or neglect accepted. We agree to repair or replace any defects in material or workmanship, including settling of backfilled areas below grade which may develop during the period of one year from date of acceptance and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Owner. We shall make such repairs or replacements within 72 hours after receipt of written notice. In the event of our failure to make such repairs upon 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 charge therefore upon demand. PROJECT LOCATION: AGENCY: SIGNED: (Contractor) ADDRESS: PHONE: DATE OF ACCEPTANCE: CITY OF NEW PORT BEACH Technical Specifications Grecabook ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 39 801-10 CHARTS, MANUALS, AND CONTRACT DRAWINGS 801-10.1 As -Built Contract Drawings Contractor shall provide Owner Representative with Landscape Architect signed "as -built' heavy weight drafting film originals of all project construction document plans, reflecting all "as - built" conditions for all project elements and two (2) sets of edge bound plots at the completion of the project at no additional cost to the Owner. Contractor shall provide two (2) sets of surveyed electronic files in CAD and PDF format. One (1) set shall be delivered to the Owner for permanent recordkeeping purposes. Contractor shall dimension from two (2) permanent points of reference, building corners, sidewalk or road intersections, etc., the location of the following items: 1. Gate valves 2. Sprinkler control valves 3. Routing of control wiring 4. Rain gauge 5. Quick coupling valves 6. Point of connection components (meters, backflow preventors, etc.) 7. Other related equipment as directed by the Owner 8. Significant changes in routing of lateral lines from those indicated on the plans Delivery. On or before the date of the final inspection, the Contractor shall deliver the corrected and completed design documents to the Owner. Delivery of the final heavy weight drafting film will not relieve the Contractor of the responsibility of furnishing required information that maybe omitted from the prints. 801-10.2 Controller Charts As -built Contract Drawings shall be approved by the Owner before the Contractor prepares the controller charts. Provide two (2) controller charts for each controller supplied. The chart shall show the area controlled by the automatic controller and shall be the maximum size which the controller door will allow. The chart is to be a reduced drawing of the actual "as -built" system. However, in the event the controlled sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. The chart shall be a blackline or blueline print and a different color shall be used to indicate the area of coverage for each station. When completed and approved, the Contractor shall hermetically seal the chart between two pieces of plastic, each piece being a minimum of 10 mils thick. These charts shall be completed and approved prior to final inspection of the irrigation system. CITY OF NEW PORT BEACH TmhnicA Specifcatiom Greenb ok ARROYO PARK SYNC TURF REPLACEMENT Page 40 801-10.3 Manuals of all Equipment and Certificate of Substantial Completion Operation and Maintenance Manuals. Prepare and deliver to the Owner within ten calendar days after substantial completion of the project, three hard cover binders with three rings containing the following information: 1. Index sheet stating Contractor's and subcontractor's license numbers, address, and telephone number and list of equipment with name and address of al local supplier's and manufacturer's representatives. 2. Catalog and specification 'cut' sheets materials for all hardscape and softscape and equipment installed under this contract. 3. Guarantee statement. The guarantee for the sprinkler irrigation system shall be made in accordance with the enclosed form. The Contractor shall file a complete copy of all substantial completion forms and irrigation guarantee prior to the acceptance of project by the Owner. The guarantee shall be included in the operations and maintenance manual of all equipment throughout the park. The guarantee shall be typed onto the Contractor's letterhead. 4. Complete operating and maintenance instructions on all major equipment. 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 at the conclusion of the project that this service has been rendered. 801-11 EQUIPMENT 801-11.1 Loose Equipment to be Furnished. The following subsection shall be added (confirm each item with the Owner Inspector prior to actual tum-over): The Contractor shall supply as a part of this contract the following tools: 1. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. The above -mentioned equipment shall be turned over to the Owner at the conclusion of the project. Before final inspection can occur, evidence that the Owner has received material must be shown to the Owner Representative. 801-12 PAYMENT The payment for the irrigation system and all appurtenant installations indicated on the Contract Drawings and described in these specifications shall be included as part of the Lump Sum Contract Price in the Proposal Bid Form. The payment for the installation of turf shall be made as part of the Sum Contract Price. The payment for maintenance of the work per the Contract Drawings and the specifications shall be made as part of the lump sum Contract Price 90-day Maintenance. CITY OF NEWPORT BEACH Technical SP ificaions Ganbok ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 41 The payment for the planting and installation of trees, shrubs, and ground cover shall be included in the Contract Lump Sum Contract Price. The cost of soil amendments, fertilizing and soil conditioning, weed control, and finish grading shall be included in the Lump Sum Contract Price. Consultant Technical Specifications in C.S.I. format for items not identified in Technical Specifications Consultant "Greenboole' Amendments CITYOFNEWPORTBEACH Technical Specifications GmenM k ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 42 TECHNICAL SPECIFICATIONS CSI FORMAT SPECIFICATIONS CSI FORMAT SPECIFICATIONS NOT IDENTIFIED IN AMENDMENTS TO "GREENBOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS, 2018 EDITIONS FOR: ALL SITE CONSTRUCTION SECTION 01 71 23.10 CONFORMANCE SURVEYING PART 1-GENERAL 1.1 SUMMARY A. Conformance Surveying work shall be completed by the Contractor's Surveyor and shall be based on established site bench marks, monuments, lines, and levels necessary for the work covered by this Contract. 1.2 SUMMARY OF WORK A. Conformance surveying required for proper completion of the work may include, but may not be limited to: 1. Synthetic turf subgrade, and new base preparation. 2. Coordination with project Independent Testing Agency (ITA) — to confirm that compaction and / or infiltration rates have been attained prior to conformance survey. 3. Other applicable project components. 1.3 RELATED SECTIONS A. Section 07 71 23.10 -Conformance Surveying B. Section 32 11 16 — Synthetic Turf Base Course C. Section 32 12 93.10 — Artificial Grass Fieldturf CoolPlay 1.4 SUBMITTALS A. Contractor's Surveyor will submit one (1) electronic copy of all conformance surveys for the project to the Owner, Synthetic Turf Installer and Project Landscape Architect. PART 2 -PRODUCTS (NOT USED) PART 3-EXECUTION 3.1 LAYING OUT THE WORK A. The General Contractor shall employ a Registered California Licensed Land Surveyor (hereafter referred to as Surveyor) to perform any conformance surveying work required by the Owner. The conformance survey and necessary work involved to perform the below identified tasks are the sole responsibility of the Contractor, at no extra cost to the Owner. B. The surveyor shall compare the as -constructed spot elevations to those on the contract design documents for the same location. Conformance survey shall show the difference in these two numbers. The survey shall not be performed until the ITA CITY OF NEWPORT BEACH Twhnical SWificati=CSI ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 44 (Independent Testing Agency) has verified that the specified compaction and / or infiltration rates have been attained. C. All surveys provided in this section shall be accurate to 0.01 feet minimum. 3.2 SYNTHETIC TURF SUBGRADE AND PERMEABLE AGGREGATE BASE CONFORMANCE SURVEYING Note: The survey shall not be performed until the ITA (Independent Testing Agency) has verified that the specified compaction and / or infiltration rates have been attained. A. Contractor shall verify that subgrade has been prepared according to specification with regard to compaction, grade tolerances and is free of debris, non-compactable material, topsoil, or organics prior to beginning work. B. Top of subgrade/rack base elevations shall be verified on a 25-foot grid using laser - operation survey instruments. Grades must be within W -inch plus or minus from the elevations shown on the plans. In addition, no point within the 25-foot grid deviates more than 'W-inch from any other adjacent point within the 25-foot grid. Upon placement of the synthetic turf rock base material, contractor shall verify that the rock base has been prepared according to plans and specification with regard to compaction, grade tolerances and is free of debris, non-compactable material, topsoil, or organics prior to beginning work. C. Prior to acceptance of the subgrade/permeable aggregate base, a conformance survey will be prepared at Owners request, by the Surveyor. The survey shall be based on a 25 foot grid showing the field sheet Flow, the center of the subgrade elevation of the subdrain trench edges, and the perimeter of the field. The conformance survey shall show both design grades and subgrade elevations and the difference between the two. Upon completion The Surveyor and contractor shall be provided 5 working days to review and respond to the Conformance Survey. Any portion of the survey that does not conform to the requirements identified above in item 3.02-B will be corrected by the Contractor. Areas out of conformance will be resurveyed (following the identical procedure stated above) by the Surveyor, and these revised points shall be added to the original digital file for review and acceptance by the Owner and Project Landscape Architect. Any and all delays and costs incurred due to grades out of conformance are the sole responsibility of the Contractor. At any point during construction following acceptance of the subgrade by the Owner, the Owner reserves the right to recheck the subgrade to verify it is still in conformance. It is the Contractor's responsibility to protect the grading and compaction tolerances of the subgrade after conformance survey is complete and prior to installation of composite material. D. Finish surface planarity shall then be verified, and if necessary adjusted, by the Contractor in the presence of the Owner and synthetic turf installation crew using string line method. A mason's line held taught between two workman separated by a distance of approximately 40 feet, shall be placed directly on the finished surface, parallel to the direction of greatest slope. A third workman shall check for separations between the mason's line and the finished surface that are equal to or greater than the tolerances specified. CITY OF NEWPORT BEACH Txhnical Specifications CSI ARROYO PARK SYNCRETIC TURF REPLACEMENT N,45 2. Final permeable aggregate base elevations shall conform to the lines and grades shown on the Contract Drawings. The measured grades shall not deviate more than (1/2") from the planned grades and not vary more than (1/4") feet in 10 feet in any direction. Laser grading of the finish surface is required. 3. General Contractor's responsibility shall include correction of any defects in synthetic turf aggregate base and edge anchorage details identified by the Owner's synthetic turf installer. 4. Roller marks, tire tracks, footprints or other impressions on the finished surface shall be raked out where they are equal to or greater than the tolerances specified. Following long and short axis checking and corrections, the Contractor shall notify the Owner, that the finished surface is ready for inspection. 5. The Contractor shall perform a final string line check along the long axis of the field in the presence of the Synthetic Turf Surfacing Installer. Finished surface planarity only shall be approved by the Owner and Synthetic Turf installation contractor. 6. Please be advised that the visual string line examination and acceptance of the base should not be used as a substitute for independent testing and analysis by a qualified professional engineer. As with all bases, there exists the possibility of hidden, latent or other defects that can only be reliably discovered through inspection, survey or testing by qualified experts in the fields of geology and soils engineering. 7. Damage to the finished surface planarity occurring after approval shall be corrected by the Contractor using the method described above. 8. See Section 32 11 16,17 Synthetic Turf Base Courses. E. Materials and Work not conforming to specified requirements shall be promptly removed, replaced and reinstalled as part of the work of this section at no cost to the Owner. END OF SECTION CITY OF NEWPORT BEACH TecMical Specifications CSI ARROYO PARK SYNTEMC TURF REPLACEMENT Page 4 SECTION 32 11 16.17 SYNTHETIC TURF PERMEABLE AGGREGATE BASE PART1 -GENERAL 1.1 SUMMARY A. Work Included: Permeable Aggregate Base, HDPE Perimeter Piping, Perimeter Curbing, and Turf Fabric Attachment Nailer. B. Related work specified elsewhere: 1. Excavation / Earthwork 2. Concrete 3. Irrigation 4. Section 0171 23.10 Conformance Surveying 5. Section 32 12 93.10 Artificial Grass Fieldturf 1.2 DESCRIPTION OF WORK: A. The general contractor shall provide the synthetic turf aggregate base system, coordinate with the city provided Independent Geotechnical Engineering Testing Services regarding materials compaction and infiltration testing, and related appurtenances, including but not limited to HOPE Perimeter Piping, perimeter curbing, nailer board, & edge anchorage details, permeable aggregate base, ready to receive the synthetic turf fabric. 1. It is the intent of this paragraph that all work necessary to provide the specified synthetic sports turf, complete and ready for play, shall be included in the scope of the General Contract. 1.3 QUALITY ASSURANCE A. Contractor qualifications: 1. Installers of the synthetic turf base system shall: a. Possess a Class A California Engineering Contractor's License. CITY OF NEWPORT BEACH T.hni.1 Specifications CSI ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 47 b. The Contractor is required to complete the Technical Ability and Experience References in the Bid Documents certifying that the Contractor or the Contractor's turf subcontractor has met the minimum acceptable experience for performing the necessary work. To be qualified, bidder acknowledges that the grading, drainage, and synthetic turf base coarse installer meets the minimum qualifications of this paragraph. The minimum acceptable experience must include direct responsibility for the grading, drainage and base installation for at least six separate synthetic turf projects (minimum of 65,000 square feet of contiguous base area per project) within the last three years and four separate soccer field / two softball field projects (6 fields total). Separate projects awarded under one contract may qualify as individual projects. These projects must be listed with most recent project date first, the next most recent project date second, etc. The list must include: project name, installation date, location, total size in square feet of field base installation, type of synthetic product, product manufacturer and type of infill; product installer; owner of the project as reference and current telephone number. This complete project listing must be provided with the bid. The failure to provide an accurate and complete listing may be cause to deem the entire bid as non -responsive and grounds for rejection. B. Changes & Substitutions: 1. The contractor shall strictly adhere to the procedures outlined under this Section. Any variance from these requirements shall be identified in writing and submitted to be reviewed and accepted by the Owners representative. C. Synthetic Turf Base Planarity and Compaction Requirements: 1. Completed Work of this section shall comply with the following: a. Compaction of sub -grade: minimum 92%. Modified Proctor density. b. Planarity of sub -grade: tolerance of one quarter inch (1/4") in ten feet (10'). c. Compaction of permeable aggregate base: Shall be compacted to a minimum of 90%, and maximum 92%, Modified Proctor density. d. Surface tolerance of permeable aggregate base: not to exceed 1/4 inch over 10 feet and a maximum of Yz' from design grade. D. Coordination: 1. Coordinate locations of connections to storm drainage system. 2. Coordinate work with installation of underground piping beneath synthetic turf and with installation of field appurtenances such quick couplers, electrical outlets in synthetic turf and other items required by Contract Documents. CITY OF NEW PORT BEACH Technical Specifications CSI ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 48 1.4 FIELD QUALITY CONTROL & ACCEPTANCE OF WORK A. Testing Agency: Owner will engage a qualified Independent (Geotechnical Engineer) Testing Agency (ITA) to perform laboratory and field quality -control testing. Contractor shall provide project schedule and timeline to recognize, allow for and coordinate with the geotechnical engineer's specified testing operations — as noted herein. 1. Contractor to provide a physical sample (1/2 c. ft.) of proposed permeable aggregate base with adjoining sieve analysis. This submittal information will be reviewed by the ITA for compliance with these specifications (section 2.3.C). Review and approval of the proposed base course material shall be secured by the contractor prior to acquisition and delivery of the material to the site. 2. Once this initial material submittal has been approved by the ITA — contractor to contact city to have the ITA meet with contractor at the proposed material batch plant. ITA representative shall obtain physical sample of the proposed material at the batch plant for laboratory testing to confirm the proposed permeable aggregate base material is in in compliance with specified gradation, noted herein (Section 2.3.C) Note: city to pay for one (1) site visit to batch plan by the ITA for acquisition and testing of the proposed base course material. Site visits thereafter, if required, to obtain samples of material to be paid for by the contractor. 3. Upon approval of the provide drainage course material, the ITA shall test the material prior to delivery to the job site to verify that material meets the specified gradation requirements. A minimum of (1) test for every 3,000 tons of material shall be provided. Contractor to provide 48 hour notice to ITA of expected deliver date of material to site for testing. 4. Tests shall include compaction and Proof Roll testing of sub -grade, finish grade and each lift of synthetic turf base, measured at a minimum of 5 locations (1 test / 20,000 SF) randomly spaced across the surface of the project area. 5. In -situ infiltration and compaction testing of drainage course material shall be provided for every 20,000 SF of Synthetic Turf surface as provided for by the City contracted ITA. The City will provide for a total of 10 infiltration and 10 compaction tests. Testing required for beyond that allowance will be paid for by the contractor until specified compaction and infiltration has been reached. Testing will assess: • Compliance with specified infiltration rate (6" / hour minimum) as well as- . Compliance with compaction test (90 — 92% compaction) a. Installed drainage properties to comply with the following: CITY OF NEWPORT BEACH Technical Spcciticationa CSI ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 49 1) Testing Methods: a) For field tests: Testing shall be conducted utilizing method ASTM F 2898, "Standard Test Method for Permeability of Synthetic Turf Sports Field Base Stone and Surface System by Non -confined Area Flood test Method:' b. Final approval of infiltration requirements are to be through field testing only. c. Methods not specifically listed above shall be submitted for approval. 6. Testing agency will test compaction of soils & base materials in place according to ASTM D1557. B. Owner provided independent testing agency results verifying compliance with compaction & permeability requirements shall be supplied and approved by Owners representative prior to the commencement of synthetic turf installation. 1. The synthetic turf contractor shall not proceed with the installation of the synthetic turf surfacing system until project specified compaction and permeability test results have been achieved. C. Contractor to provide surface planarity verification using a string line method in presence of synthetic turf contractor and Owner. 1. A mason's line held taught between two workman separated by a distance of approximately 40 feet, shall be placed directly on the finished surface, parallel to the direction of greatest slope. A third workman shall check for separations between the mason's line and the finished surface that are equal to or greater than the tolerances specified. 2. Final crushed aggregate permeable base elevations shall conform to the lines and grades shown on the Contract Drawings. The measured grades shall not deviate more than (1/2") from the planned grades and not vary more than (1/4") feet in 10 feet in any direction. Laser grading of the finish surface is required. 3. General Contractor's responsibility shall include correction of any defects in synthetic turf aggregate base and edge anchorage details identified by the Owner's synthetic turf contractor. 4. Roller marks, tire tracks, footprints or other impressions on the finished surface shall be raked out where they are equal to or greater than the tolerances specified. Following long and short axis checking and corrections, the Contractor shall notify the Owner, that the finished surface is ready for inspection. 5. The Contractor shall perform a final string line check along the long axis of the field in the presence of the Synthetic Turf Surfacing Installer. Finished surface planarity shall be approved by the Owner and Synthetic Turf installation contractor. CITY OF NMPORT BEACH Tmhnimi Sp ffleatms CSI ARROYO PARK SYNTNErIC TURF REPLACEMENT Page m a. Please be advised that the visual string line examination and acceptance of the base should not be used as a substitute for independent testing and analysis by a qualified professional engineer. As with all bases, there exists the possibility of hidden, latent or other defects that can only be reliably discovered through inspection, survey or testing by qualified experts in the fields of geology and soils engineering. 6. Damage to the finished surface planarity occurring after approval shall be corrected by the Contractor using the method described above. D. Materials and Work not conforming to specified requirements shall be promptly removed, replaced and reinstalled as part of the work of this section at no cost to the Owner. 1.5 SUBMITTALS A. General: Submit in accordance with General Provisions. B. Contractor Qualifications. C. Product Data: Submittals required: 1. Permeable aggregate base material including sieve size analysis & source. 2. Subgrade/Trench Separation Barrier 3. HDPE pipe & fittings 4. 1.5" x 12" Panel Drains 5. Certification that the submitted products are in compliance with the specifications D. Samples: Submittals required: 1. Subgrade/Trench Separation Barrier PART 2 -PRODUCTS 2.1 GEOTEXTILE, SUBGRADE, AND DRAINAGE TRENCH SEPARATION BARRIER A. The prepared soil subsurface is to be isolated from the installed field and drainage system above it with a geotextile/geomembrane placed across the entire surface of the field. This insures no mixing of the soil sub surface with the aggregate drainage system. B. Separation fabric shall be laid and overlapped in accordance with the manufacturer's and project geotechnical engineer's written recommendations. 1. Geotextile Fabric shall be laid with 1' (1 foot) minimum, 3' (3 foot maximum) overlaps to ensure 100% subgrade coverage from the drainage system above. 2. Geotextile Fabric shall be laid overlapping downhill, following field drainage flow. C. SUBGRADE SEPARATION BARRIER: CITY OF NEWPORT BEACH Technical Specifications CSI ARROYO PARK SYNTHETIC THRF REPLACEMENT Page 51 1. Subgrade Separation Barrier and Trench Barrier shall be NWL WC-20, 20 Mil Woven Coated Liner by manufacturer Northwest Linings or approved equal. 2. Geotechnical Engineer of Record shall provide final approval of separation barrier selection based on actual site conditions. 2.2 PERFORATED FLAT DRAIN AND HOPE PERIMETER PIPING A. All specific pipes are noted on the Contract Contract Drawings B. 4" through 10" solid wall and perforated drainpipe shall be smooth interior wall conforming to AASHTO M252. C. 12" through 36" solid wall and perforated drainpipe shall be smooth interior wall conforming to AASHTO M294 Type S. D. Fittings and couplers shall be split couplings or snap couplings manufactured by the same manufacturer as the corrugated polyethylene pipe. E. Panel Drains shall be a 3-dimensional rigid HOPE (1.5' x 12" flat panel pipe),Advanedge, MultiFlow, or approved equal. 2.3 CRUSHED AGGREGATE PERMEABLE BASE A. Material to be open graded, fractured friction course that provides adequate mechanical stability and compaction for athletic field applications. Material to be clean with minimal fines as described in gradation table below. B. Material to be minimum 100% fractured with at least one mechanical fracture per particle greater than sieve size. C. Comply with the below permeable base gradation, 1. Known suppliers include FST Sand and Gravel, Corona Ca Mesh Size % Passino 1" 100 3/4" 80-100 3/S" 30-50 #4 25-40 #6 10-30 #30 7-25 #40 5-17 #50 0-7 #200 0-3 2. Soft lime stones and shale materials are not acceptable. CITY OF NEWPORT BEACH Tmhnical Spccifice0ons CSI ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 52 3. Materials shall be tested at the Contractor's expense using a sulfate soundness test (ASTM C 88) and LA Abrasion Test (ASTM C 131). Test Method Sulfate Soundness (ASTM C 88) LA Abrasion (ASTM C 131) Criteria Not to exceed 12% Loss (combined coarse and fines) Not to exceed 40 D. Aggregate material for bedding and backfill around the Perforated Perimeter Collector pipe system shall be ASTM #57 Crushed Stone and shall meet criteria A-C and DI-D2 above. 1. Aggregate backfill shall be installed and compacted in maximum 6" lifts in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. E. Aggregate material for perforated Perimeter and Collector pipe planarity layer system shall be ASTM #89 Crushed Stone and shall meet criteria A-C and DI-D2 above. Contractor to provide '% cu. Ft. submittal with sieve analysis of proposed ASTM #89 stone for review and approval by the independent testing agency (ITA). F. Contractor to provide Y= CU. FT. submittal with sieve analysis of proposed drainage course and ASTM #57 crushed stone material for review by independent testing agency (ITA). 2.4 INDEPENDENT CRUSHED PERMEABLE AGGREGATE BASE (PAB) TESTING A. Contractor to coordinate schedule as required for Owners independent lab to continually monitor and test the crushed aggregate base as follows: 1. Sampling and testing of crushed aggregate permeable base both at the batch plant and on -site will be performed to confirm that the proposed material is in conformance with the project specifications prior to and following deliver of material to the site. Contractor's representative shall be in attendance at batch plant and at project site at time of material acquisition by the Owner -provided independent testing agency. 2. Batch plant sampling and testing shall consist of a minimum of two (2) gradation samples Contractor shall continuously monitor the requirements in sections 1.4 and 2.3 above throughout placement of the crushed aggregate permeable base material. 3. On -site testing of the installed crushed aggregate permeable base shall be in accordance with section 1.4 above. CITY OF NEW PORT BEACH Tmhnical Specifications CSI ARROYO PARK SYNTHMC THRE REPLACEMENT Page 53 4. The Owner's Testing Agent may choose to periodically inspect and/or obtain samples of aggregate materials at the source and/or as they are delivered or installed on site. Any rock aggregate material that does not conform to the approved submittal samples will be rejected immediately or tested by the Contractor Testing Agent to verify compliance with the specifications. Such tests performed by the Owner's testing agent shall not relieve the Contractor of compliance with the project specifications. The Contractor shall be required to meet project's specifications and any tests conducted by the Owner shall not imply warranty of the Contractor's work or comptiance with the specifications. a. Costs for initial aggregate material testing by the Owner's Testing Agent are the responsibility of the Owner. Costs for any rock material testing by the Owner's Testing Agent on aggregate materials that are a replacement for aggregate materials that were rejected by the Owner's Testing Agent due to nonconformance with the specifications, Contractor's submittals or quality control test results, will be borne by the Contractor and may be invoiced to the Contractor by the Owner or deducted from the next Progress Payment. 2.5 PERIMETER CURBING AND TURF FABRIC ATTACHMENT NAILER A. All perimeter curbing shall be formed utilizing either steel forms in good working order or 2" nominal dimensioned lumber. 1. Concrete curb shall be, trowel finished where exposed. 2. Concrete shall be as specified in project specifications and geotechnical report requirements for site concrete. 3. All cast -in -place concrete shall be ready mixed concrete meeting the following minimum criteria as well as the minimums referenced in the project geotechnical report. a. 28 day compressive strength — 3250 psi b. Air entrainment - 4% to 8% c. Slump - 2" to 4" 4. Synthetic Turf nailer board. a. TREX polymer landscape board, 2 x 4 nominal thickness, or equal b. Attachment anchors shall be stainless steel wedge anchors spaced 30" on center and installed per manufacturers instructions. PART 3 -EXECUTION 3.1 PREPARATORY WORK A. Examination of Site: CITY OF NEW PORT REACH Txhni.I Specifications CSI ARROYO PARK SYNTHETIC TURF REPLACEMENT P,g M 1. Examine site for conditions that will adversely affect execution, permanence, and quality of work. 2. Verify that underground utility & irrigation piping below sub -grade of synthetic turf base has been completed and the work of this section can properly proceed. 3. The Contractor shall be responsible to close and cover, in a manner acceptable to the Owner, any existing basins, which the Owner determines to be detrimental to the function of the new synthetic turf field. 3.2 EXCAVATION & SUB -GRADE PREPARATION A. Methods as specified in appropriate section of Amendments to Standard Specifications for Public Works Construction (Greenbook) B. Subgrade grading and preparation shall comply with criteria outlined in the project geotechnical report as it relates to compaction, removal of existing turf, percent organic matter, debris, etc. C. Sub -grade of the crushed aggregate permeable base material shall be sloped as shown on the Contract Drawings. D. Trench sub -grade locally as required to achieve design slopes on sub -drain collector pipes. E. Compaction: 1. After sub -grade has been properly graded, contoured and sloped as required, compact soil materials as outlined in section 1.3 above. F. Tolerances: 1. Compacted sub -grade shall conform to shall conform to section 1.3 above. 3.3 SUBGRADE/TRENCH SEPARATION BARRIER A. The prepared soil subsurface is to be isolated from the installed field and drainage system above it with the specked separation barrier placed across the entire surface of the field. See these specifications. Barrier shall be approved by project geotechnical engineer. B. The subgrade surface shall be free from large stones; 3" or larger, and sharp objects that may puncture or tear the separation barrier. C. The separation barrier shall be placed and overlapped in accordance with the Manufacturer's written recommendations. D. The Subgrade/Trench separation barrier shall be continuous through the drainage trenches to insure separation of surrounding soil and drainage stone. 3.4 PERFORATED HDPE DRAINAGE PIPE A. Examine the areas and conditions under which the subsurface drainage system work is to be installed. Correct any and all conditions detrimental to the proper and timely CITYOFNEWPORTBEACH Tmhniwl Sp jfications CSI ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 55 completion of the work. Do not proceed with the work until satisfactory conditions have been corrected. B. EXCAVATION FOR PIPE Excavation shall consist of the removal of all material of every description to the depths and grades designated on the plans and specified herein. 2. If the material at or below the designated grade for which the pipe is to be laid is unsuitable for pipe foundation, then the material shall be removed to such depths and widths as required and replaced with approved foundation material. 3. Excavation for installation of pipes shall be in trenches to the lines, grades and widths as per the Contract Contract Drawings and in accordance with Safety and Health Regulations (OSHA). In all cases trenches shall be excavated in a manner to ensure the proper and timely completion of the work. C. INSTALLATION 1. Once said trench has been excavated to the proper lines, grades and widths, the geotextile fabric shall be installed as per Manufacturer's Specification. 2. Perforated HDPE drainage pipe shall be installed according to recommended installation practices by the pipe manufacturer. Drain lines shall be installed to comply with drain line elevations noted on project plans. 3. Pipe laying work shall commence at the main collector line and shall proceed upgrade. Pipe shall be laid true to line and grade in such a manner as to assure a close concentric joint with the adjoining pipe. 4. Trenches shall be kept free of water and debris. Pipe shall not be laid when the condition of the trench or weather is unsuitable for such work. 5. Install Panel Drains as shown on Contract Drawings. 6. At the completion of each drainage line installation, place a cap or plug in the up- stream end as to prevent unwanted material and debris from entering the pipe. D. INSPECTION After installation of pipe, inspect to determine whether line displacement or other damage has occurred. 2. Make inspections after lines have been installed prior to backfilling, during the backfilling process, and again at the completion of backfilling. Backfill material shall conform to the material as specified in section-2.3 above. 3. If inspection indicated poor alignment, debris, displaced pipe, infiltration or other defects, take whatever steps are necessary to correct such defects at no additional cost the Owner. CITY OF NEWPORT BEACH TmhniW Specifications CS] ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 56 3.5 PERIMETER CURBING AND TURF FABRIC ANCHORAGE NAILER A. A continuous perimeter concrete curb, either exposed or concealed as shown on plans, is required around the entire perimeter of all synthetic turf areas with #4 rebar. B. Top of 2x4 nailer boards shall beset or recessed per the following table and as indicated on contract drawings: Pile Hei ht Nailer De th 2.25" Pile hei ht 1.5" 3.6 INSTALLATION OF PERIMTER HDPE DRAINAGE PIPE AND CRUSHED AGGREGATE PERMEABLE BASE A. Place permeable base materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. 1. Minimum nominal compacted thickness of base layer: 4 inches. B. Place materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Placement of Crushed aggregate permeable base: 1. Crushed aggregate permeable base material shall be placed with adequate moisture content to prevent segregation of the particles during grading. Excess water shall not be applied during installation of rock base and rough grading due to the potential of softening the subgrade and altering the grading. 2. Contractor to refer to compactions requirements as outlined in section 1.3 above. 3. Care shall be taken during placement and compaction of the crushed aggregate permeable base material in order to insure that the separation barrier is not torn punctured. 4. The crushed stone must be laid without damaging the soil subgrade (and the in -field drainage system as applicable).The specified stone or aggregate supplied must conform to the recommended specifications. The finished crushed stone or aggregate base supplied must be stable, unyielding, and permeable. 5. The crushed stone shall be carefully and evenly spread over the subgrade and up both sides of the subdrain trenches to the depth shown on the plans. 6. Crushed stone shall be smoothed and compacted uniformly to design grades by alternating raking, water settling, and rolling operations. Contractor shall be advised not to overwork the stone material, thus modifying its gradation characteristics. Minimal rolling is advisable to achieve design grades and compaction. Only static (absolutely no vibratory rolling of the permeable stone is allowed) rolling is allowed on the permeable stone base. D. The finished elevations of the crushed aggregate permeable base shall meet all requirements as outlined in sections 1.3 and 1.4 above. CITY OF NEWPORT BEACH TecW.]SP fiwi.n CS] ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 57 3.7 FIELD BOXES A. Install field boxes as required for all field appurtenances such as irrigation, quick coupler valves, electric outlets, etc. as specified elsewhere and as detailed. B. Backfill around field boxes with crushed aggregate permeable base material in lifts not to exceed 6 inches in loose depth and compact backfill in accordance with the project geotechnical report. 1. Required compaction percentages around field boxes shall match requirements as outlines in section 1.3 above. 3.6 FIELD QUALITY CONTROL A. Proceed with subsequent work only once test results for previously completed work complies with requirements of section 1.3 and 1.4 above. B. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace materials to depth required; re -compact and retest until specified compaction is obtained. C. Areas that exhibit segregation of the crushed aggregate permeable base material shall be removed and replaced with properly moisture conditioned crushed aggregate permeable base material, compacted, and graded to the tolerances noted in this specification. 3.9 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep area free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, contaminated, or where they lose compaction due to subsequent construction operations or weather conditions. 3.10 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION CITY OF NEWPORT BEACH Technical Specifications CSI ARROYO PARK SYNTHETIC TORF REPLACEMENT P., 59 SECTION 32 12 93.10 ARTIFICIAL GRASS FIELDTURF FIELDTURF SLIT-FILMIMONOFILAMENT FTVTP-57 COOLPLAY: VERTEX PRIME COOLPLAY PART 1 -GENERAL 1.1 SUMMARY A. Furnish all labor, materials, tools and equipment necessary to install slit- film/monofilament artificial grass FieldTurf as indicated on the plans and as specified herein; including components and accessories required for a complete installation. including but not limited to 1. Acceptance of prepared sub -base. 2. Coordination with related trades to ensure a complete, integrated, and timely installation: Aggregate base course, sub -base material (tested for permeability), grading and compacting, piping and drain components (when required); as provided under its respective trade section. 1.2 RELATED SECTIONS A. Section 00 0000 - Site Preparation B. Section 31 23 00 — Excavation and Fill C. Section 31 23 16 — Excavation D. Section Series 31 23 23 - Fill E. Section 31 23 23.13 - Backfill F. Section Series 32 13 23 -Aggregate Base Courses G. Section 12 93 00 - Site Furnishings 1.3 REFERENCE STANDARDS A. FM Factory Mutual 1. P7825 -Approval Guide; Factory Mutual Research Corporation; current edition B. ASTM — American Society for Testing and Materials. 1. D1907 - Standard Test Method for Denier 2. D5848 - Standard Test Method for Mass Per Unit Area of Pile Yarn Floor Covering 3. D1338 - Standard Test Method for Tuft Bind of Pile Yarn Floor Covering 4. D1682 - Standard Method of Test for Breaking Load and Elongation of Textile Fabrics 5. D5034 - Standard Test Method of Breaking Strength and Elongation of Textile Fabrics (Grab Test) 6. F1551 - Standard Test Method for Water Permeability 7. D2859 - Standard Test Method for Ignition Characteristics of Finished Textile Floor Covering Materials CITY OFNEWPORT BEACH Tahnical SP ,fi tiom CSI ARROYO PARK SYNTHETIC TURF REPLACEMENT P'g 59 8. F355 - Standard Test Method for Shock -Absorbing Properties of Playing Surfaces. 9. F1936 - Standard Test Method for Shock -Absorbing Properties of North American Football Field Playing Systems as Measured in the Field 1.4 QUALITY ASSURANCE A. Comply with Section 01 43 00, Quality Assurance. B. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section. The turf contractor and/or the turf manufacturer: 1. Shall be experienced in the manufacture and installation of specified type of infilled slit-film/monofilament synthetic grass system for a minimum of three years. This includes a slit-film/monofilament fiber, backing, the backing coating, and the installation method. 2. Shall have 2000 fields or more in play for at least two years. Fields shall be 65,000 ft' or more 3. Shall have a minimum of 500 fields that are at least 8 years old, which is equal to the respective warranty period. 4. The manufacturer must have ISO 9001, ISO 14001 and OHSAS 18001 certifications demonstrating its manufacturing efficiency with regards to quality, environment and safety management systems. 5. The manufacturer must be a Preferred Producer by all of the following major international governing bodies: FIFA, World Rugby, International Hockey Federation (FIH) 6. Shall have a minimum of 1,500 installations in the State of California. 7. Shall have a minimum of 1 FIFA Quality Pro recommended field in North America. 8. Shall have a minimum of 5 NFL game and/or practice fields in play for the previous year. 9. Shall have minimum 25 NCAA Division 1 game and/or practice fields installed for (football or soccer). 10. Shall have a minimum of 1000 installations in North America, each of 65,000 ft' or more. 11. Shall provide third -party laboratory testing providing heat reduction qualities of the same infill materials used in the proposed turf system including the top layer CoolPlay composite. 12. Manufacturer must provide proof that its turf systems have been subject to long-term independent, epidemiological and peer reviewed studies proving its ability to provide for a safe surface. 13. Manufacturer must have available a program, certified by Carbonfund.org, to offset the complete CO2e emissions that will result from this specific project, including the field's specific materials, manufacturing and installation. Carbon Offsets are to be provided through the Carbonfund Foundation's Carbonfree® Partner Program, which funds third -party validated and verified renewable energy, forestry, and energy efficiency projects supporting a low carbon transition for the planet. Costs for the Carbon offset program to be included as a line item in the pricing proposal / submission. CITY OF NEWPORT BEACH TmhnicM SWifimons CSI ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 60 C. Installer: Company shall specialize in performing the work of this section. The Contractor shall provide competent workmen skilled in this specific type of synthetic grass installation. 1. The designated Supervisory Personnel on the project shall be certified, in writing by the turf manufacturer, as competent in the installation of specified slit-film/monofilament material, including sewing seams and proper installation of the infill mixture. 2. Installer shall be certified by the manufacturer and licensed. 3. The installer supervisor shall have a minimum of 5 years experience as either a construction manager or a supervisor of synthetic turf installations. D. Pre -Installation Conference: Conduct conference at project site at time to be determined by Architect. Review methods and procedures related to installation including, but not limited to, the following: 1. Inspect and discuss existing conditions and preparatory work performed under other contracts. 2. In addition to the Contractor and the installer, arrange for the attendance of installers affected by the Work, The Owner's representative, and the Architect. E. The Contractor shall verify special conditions required for the installation of the system. F. The Contractor shall notify the Architect of any discrepancies. 1.5 DELIVERY, STORAGE, AND HANDLING A. Comply with Section 0160 00, Product Requirements, B. Prevent contact with materials that may cause dysfunction. C. Deliver and store components with labels intact and legible. D. Store materials/components in a safe place, under cover, and elevated above grade. E. Protect from damage during delivery, storage, handling and installation. Protect from damage by other trades. F. Inspect all delivered materials and products to ensure they are undamaged and in good condition. G. Comply with manufacturer's recommendations. 1.6 SEQUENCING AND SCHEDULING A. Coordinate the Work with installation of work of related trades as the Work proceeds. B. Sequence the Work in order to prevent deterioration of installed system. 1.7 WARRANTY AND GUARANTEE A. See Section 01780 - Closeout Submittals, For Additional Warranty Requirements. B. The Contractor shall provide a warranty to the Owner that covers defects in materials and workmanship of the turf for a period of eight (8) years from the date of substantial completion. The turf manufacturer must verify that their representative has inspected CITY OFNEW PORT BEACH T.Wn .J S,cffi m...s CSI ARROYO PARK SYNTHIMC MRF REPLACEMENT P,g 61 the installation and that the work conforms to the manufacturer's requirements. The manufacturer's warranty shall include general wear and damage caused from UV degradation. The warranty shall specifically exclude vandalism, and acts of God beyond the control of the Owner or the manufacturer. The warranty shall be fully third party insured; pre paid for the entire 8 year term and be non -prorated. The Contractor shall provide a warranty to the Owner that covers defects in the installation workmanship, and further warrant that the installation was done in accordance with both the manufacturer's recommendations and any written directives of the manufacturer's representative. Prior to final payment for the synthetic turf, the Contractor shall submit to owner notification in writing that the field is officially added to the annual policy coverage, guaranteeing the warranty to the Owner. The insurance policy must be underwritten by an "AM Best" A rated carrier and must reflect the following values: • Pre -Paid 8-year insured warranty from a single source. • Maximum per claim coverage amount of $33,000,000. • Minimum of thirty-three million dollars ($33,000,000) annual. • Must cover full 100% replacement value of total square footage installed, minimum of $7.00 per sq ft. (in case of complete product failure, which will include removal and disposal of the existing surface) • Provide a sample copy of insured, non -prorated warranty and insurance policy information. • Policy cannot include any form of deductible to be paid by the Owner. C. The artificial grass system must maintain a G-max of less than 200 for the life of the Warranty as per ASTM Ft936. 1.8 MAINTENANCE SERVICE A. Contractor shall train the Owner's facility maintenance staff in the use of the turf manufacturer's recommended maintenance equipment. B. Manufacturer must provide maintenance guidelines and a maintenance video to the facility maintenance staff. PART 2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURER A. Required Manufacturer is: 1. FieldTurf USA Inc. 175 N. Industrial Blvd Calhoun, GA 30701 P: 760-310-2139 Model: FieldTurf Vertex Prime 2.25" w CoolPlay. No Substitutions Accepted. CITY OF NEWPORT BEACH Technical Specifcetions CSl ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 62 2.2 MATERIALS AND PRODUCTS A. Artificial grass FieldTurf system materials shall consist of the following: 1. Carpet made of slit -film and monofilament polyethylene fibers tufted together into each individual stitch, into a non -perforated backing. Alternating row monofilament and slit -film carpet constructions are not permitted. 2. Infill: Controlled mixture of graded sand and cryogenic rubber crumb that partially covers the carpet. A top infill layer of the CoolPlay extruded composite is mandatory. 3. Glue, thread, paint, seaming fabric and other materials used to install and mark the artificial grass slit-film/monofilament FieldTurf. B. The installed artificial grass slit-film/monofilament FieldTurf shall have the following properties: Standard Property Specification Pile Yarn Type UV -resistant polyethylene Yarn Structure —A Slit -Film ASTM D1907 Yarn Denier -A 5,000 Yarn Structure — B Ridged Monofilament Yarn Denier —B 14,500 ASTM D5823 Pile Height 2.25" ASTM D5793 Stitch Gauge 3/4" ASTM D5848 Pile Weight 43+oz/square yard ASTM D5848 Primary Backing 7+oz/square yard ASTM D5848 Secondary Backing 14+oz/square yard ASTM D5848 Total Weight 64+oz/square yard ASTM D1335 Tuft Bind (Without Infill) 8+Ibs ASTM D5034 Grab Tear (Width) 200 Ibs/force ASTM D5034 Grab Tear (Length) 200 Ibs/force ASTM F1551 Carpet Permeability >40 inches/hour ASTM F1936 Impact Attenuation (Gmax) <200 Infill Material Depth 1.5 inches CoolPlay Composite 0.6lbs/square foot Sand Infill Component 6.2lbs/square foot Cryogenic Infill Component 1.6lbs/square foot Total Product Weight 1274oz/square yard Variation of+/- 5% on above listed properties is within normal manutacturing tolerances C. Carpet shall consist of slit-film/monofilament fibers tufted into a primary backing with a secondary backing. D. Carpet Rolls shall be 15' wide rolls. 1. Rolls shall be long enough to go from field sideline to sideline. 2. Where the playing field is for football, the perimeter white line shall be tufted into the individual sideline rolls. E. Backing: 1. Primary backing shall be a double -layered polypropylene fabric. 2. Secondary backing shall consist of an application of porous, heat -activated urethane to permanently lock the fiber tufts in place. 3. Perforated (with punched holes), backed carpet are unacceptable. CRY OF NEW PORT BEACH Tmhnml Specifications CSI ARROYO PARK SY EIIC TURF REPLACEMENT Page 63 F. Monofilament fibers shall be 14,500 denier, slit -film fibers shall be 5000 denier - both fibers shall be low friction, and UV -resistant, measuring not less than 2.25 inches high. 1. Systems with less than 2.25 inch fibers are unacceptable. G. Infill materials shall be approved by the manufacturer. 1. Infill shall consist of a resilient layered granular system, comprising selected and graded sand and cryogenically hammer -milled SBR rubber crumb with a top layer of the extruded CoolPlay composite. 2. Artificial Grass products without cryogenically processed rubber and a top layer of the extruded CoolPlay composite will not be acceptable. 3. CoolPlay composite must have a bulk density of 0.55g/cm3 +/_ 15% and a specific gravity of greater than 1. H. Non -tufted or inlaid lines and markings shall be painted with paint approved by the synthetic turf manufacturer. I. Thread for sewing seams of turf shall be as recommended by the synthetic turf manufacturer. J. Glue and seaming fabric for inlaying lines and markings shall be as recommended by the synthetic turf manufacturer. 2.3 QUALITY CONTROL IN MANUFACTURING A. The manufacturer shall own and operate its own manufacturing plant in North America. Both tufting of the field fibers into the backing materials and coating of the turf system must be done in-house by the turf manufacturer. Outsourcing of either is unacceptable. B. The manufacturer shall have full-time certified in-house inspectors at their manufacturing plant that are experts with industry standards. C. The manufacturer's full-time in-house certified inspectors shall perform pre -tufting fiber testing on tensile strength, elongation, tenacity, denier, shrinkage, and twist i.e., turns per inch, upon receipt of fiber spools from fiber manufacturer. D. Primary backing shall be inspected by the manufacturer's full-time certified in-house inspectors before tufting begins. E. The manufacturer's full-time in-house certified inspectors shall verify "pick count", yarn density in relation to the backing, to ensure the accurate amount of face yarn per square inch. F. The manufacturer's full-time, in-house, certified inspectors shall perform turf inspections at all levels of production including during the tufting process and at the final stages before the turf is loaded onto the truck for delivery. G. The manufacturer shall have its own, in-house laboratory where samples of turf are retained and analyzed, based on standard industry tests, performed by full-time, in- house, certified inspectors. H. The manufacturer must have ISO 9001, ISO 14001 and OHSAS 18001 certifications demonstrating its manufacturing efficiency with regards to quality, environment and safety management systems. CITY OF NEW PORT BEACH Txhnical SWific dom CS] ARROYO PARK SYNTHETIC TURF REPLACEMENT Pe 6 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that all sub -base leveling is complete prior to installation. B. Installer shall examine the surface to receive the synthetic turf and accept the sub- base planarity in writing prior to the beginning of installation. 1. Acceptance is dependent upon the Owner's test results indicating compaction and planarity are in compliance with manufacturer's specifications. 2. The surface shall be accepted by Installer as "clean" as installation commences and shall be maintained in that condition throughout the process. C. Compaction of the aggregate base shall be 95%, in accordance with ASTM D1557 (Modified Proctor procedure); and the surface tolerance shall not exceed 0-1/4 inch over 10 feet and 0-'/s' from design grade. D. Correct conditions detrimental to timely and proper completion of Work. E. Do not proceed until unsatisfactory conditions are corrected. F. Beginning of installation means acceptance of existing conditions. 3.2 PREPARATION A. Prior to the beginning of installation, inspect the sub -base for tolerance to grade. B. Sub -base acceptance shall be subject to receipt of test results (by others) for compaction and planarity that sub -base is in compliance with manufacturer's specifications and recommendations. C. Dimensions of the field and locations for markings shall be measured by a registered surveyor to verify conformity to the specifications and applicable standards. A record of the finished field as -built measurements shall be made. D. When requested by Architect, installed sub -base shall be tested for porosity prior to the installation of the slit-film/monofilament turf. A sub base that drains poorly is an unacceptable substrate 3.3 INSTALLATION - GENERAL A. The installation shall be performed in full compliance with approved Shop Drawings B. Only trained technicians, skilled in the installation of athletic caliber synthetic turf systems working under the direct supervision of the approved installer supervisors, shall undertake any cutting, sewing, gluing, shearing, topdressing or brushing operations. C. The designated Supervisory personnel on the project must be certified, in writing by the turf manufacturer, as competent in the installation of this material, including sewing seams and proper installation of the Infill mixture. D. Designs, markings, layouts, and materials shall conform to all currently applicable National Collegiate Athletic Association rules, NFHS rules, and/or other rules or standards that may apply to this type of synthetic grass installation. Designs, markings and layouts shall first be approved by the Architect or Owner in the form of CITY OF NEWPORT BEACH Tmhnical Sp ifimtioi CSI ARROYO PARK SYNTHMC TURF REPLACEMENT P,g 65 final shop drawings. All markings will be in full compliance with final shop drawings. 3.4 INSTALLATION A. Install at location(s) indicated, to comply with final shop drawings, manufacturers'/installer's instructions. B. The Contractor shall strictly adhere to specified procedures. Any variance from these requirements shall be provided in writing, by the manufacturer's on -site representative, and submitted to the Architect and/or Owner, verifying that the changes do not in any way affect the Warranty. Infill materials shall be approved by the manufacturer and installed in accordance with the manufacturer's standard procedures. C. Carpet rolls shall be installed directly over the properly prepared aggregate base. Extreme care shall be taken to avoid disturbing the aggregate base, both in regard to compaction and planarity. 1. Repair and properly compact any disturbed areas of the aggregate base as recommended by manufacturer D. Full width rolls shall be laid out across the field. 1. Turf shall be of sufficient length to permit full cross -field installation from sideline to sideline. 2. Each roll shall be attached to the next roll utilizing standard state -of -the- art sewing procedures. 3. When all of the rolls of the playing surface have been installed, the sideline areas shall be installed at right angles to the playing surface. E. Artificial turf panel seams shall be sewn along the selvedge edging flap of the turf roll. Seams secured by other means including gluing are unacceptable. Installation shall be 99% sewn. 1. Minimum gluing will only be permitted to repair problem areas, corner completions, and to cut in any logos or inlaid lines as required by the specifications. 2. Seams shall be flat, tight, and permanent with no separation or fraying. 3. In the rase of all lines and logos, field fibers must be sheared to the backing (do not cut the backing) and adhered using hot melt adhesives. F. Infill Materials 1. Infill materials shall be applied in numerous thin lifts. The turf shall be brushed as the mixture is applied. The infill material shall be installed to a depth determined by the manufacturer. 2. Three -layered infill shall be installed in a systematic order. 3. Infill materials shall be installed to fill the voids between the fibers and allow the fibers to remain vertical and non -directional. The Infill installation consists of a base layer of sand followed by a mix of sand and cryogenic SBR rubber. A final application of the specifically sized CoolPlay composite completes the system. The Infill shall be installed to the depth of 1 1/2". G. Non -tufted or inlaid lines and markings shall be painted in accordance with turf and paint manufacturers' recommendations. Number of applications will be dependent upon installation and field conditions. CITY OF NEWPORT BEACH Technical Sp flcatiom CS] ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 6 H. Synthetic turf shall be attached to the perimeter edge detail in accordance with the manufacturer's standard procedures. I. Upon completion of installation, the finished field shall be inspected by the installation crew and an installation supervisor. J. Following completion of the field turf installation, Contractor shall be responsible for securing the services of Sports Labs USA or approved certified laboratory equal to provide GMAX testing at the 10 location prescribed in ASTM F1936. A maximum GMAX reading shall be under 175g's for the installation to be accepted in this regard. Contact: Jeff Gentile, Director of Operations, Sports Labs USA (603) 715-5453 (jeffg @sportslabsusa.com) 3.5 FIELD MARKINGS A. Field markings shall be installed in accordance with approved shop drawings. If football is designated as the primary sport, all five yard lines will be tufted -in. B. Balance of sports markings will be inlaid or painted in accordance with the Drawings. C. Center field logo shall be either painted or inlaid according to artwork indicated on Drawings and in accordance with manufacturer's standard palette of turf colors. D. End -zone letters and logos shall be either painted or inlaid according to artwork and fonts indicated on the Drawings, and in accordance with manufacturer's standard palette of turf colors. 3.6 ADJUSTMENT AND CLEANING A. Do not permit traffic over unprotected surface. B. Contractor shall provide the labor, supplies, and equipment as necessary for final cleaning of surfaces and installed items. C. All usable remnants of new material shall become the property of the Owner. D. The Contractor shall keep the area clean throughout the project and clear of debris. E. Surfaces, recesses, enclosures, and related spaces shall be cleaned as necessary to leave the work area in a clean, immaculate condition ready for immediate occupancy and use by the Owner. 3.7 PROTECTION A. Protect installation throughout construction process until date of final completion. END OF SECTION CRY OF NEWPORT BEACH Tmhnicxl Specifications CSI ARROYO PARK SYNTHETIC TURF REPLACEMENT Page 67 APPENDIX A GEOTECHNICAL INVESTIGATION, SYNTHETIC TURF REPLACEMENT PROJECT, ARROYO PARK, NEWPORT BEACH, CALIFORNIA PREPARED BY PROJECT GEOTECHNICAL ENGINEER, GMU DATED: OCTOBER 31, 2022 i' %3FIN Geotechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach, California Prepared for RJM Design Group October 31, 2022 GW Project No. 22-241-00 oral Amov� `iisra nsn. no sa�aa Ma�-�ann a 3��.?e 919 686 651i Gx ^vv EFc 1'ie0 I wrw 9muyeo mm r\II 1 V I'LLN Larry Ryan PROJECT: 22-241-00 RJM DESIGN GROUP 31591 Camino Capistrano San Juan Capistrano, CA 92675 DATE: October 31, 2022 SUBJECT: Geotechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach, California Dear Mr. Ryan: GMU is pleased to present this geotechnical investigation report for the subject project, which summarizes our subsurface exploration, infiltration testing, accumulated data, conclusions, and recommendations. Please note that this report has not been prepared for the use by other parties or projects other than those named or described herein. This report may not contain sufficient information for other parties or other Purposes. We appreciate the opportunity to work on this project Please do not hesitate to contact the undersigned if you have any questions regarding any aspect of this report. Respectfully submitted, Matth -- E Project Engineer DISTRIBUTION: Addressee: Electronic copy RJM Design Group; Larry Ryan, Craig Sensenbach, Tamara McClory (pdf copies) City of Newport Beach; Tom Sandefur, Sharon Garcia (pdf copies) CivTech; Tom Carcelli (pdf copies) FieldTurf; Chris CMsam (pdf copies) Mr. Larry Ryan, RJM DESIGN GROUP Geotechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach TABLE OF CONTENTS INTRODUCTION.......................................................................................................................... 1 PURPOSE........................................................................................................................... 1 SCOPEOF WORK. ............................................................................................................ 1 SITE LOCATION AND DESCRIPTION.......................................................................... 2 PLANNED IMPROVEMENTS..................................................................................................... 2 BACKGROUNDINFORMATION............................................................................................... 3 SUBSURFACE EXPLORATION.................................................................................................. 3 LABORATORY TESTING............................................................................................................ 3 GEOLOGIC FINDINGS................................................................................................................ 4 REGIONAL GEOLOGIC SETTING................................................................................. 4 SUBSURFACE CONDITIONS......................................................................................... 4 Artificial FilVfopsoil (Qaf) .................................................................................... 4 TopangaFormation(Tt).......................................................................................... 4 GROUNDWATER............................................................................................................. 5 GEOTECHNICAL ENGINEERING FINDINGS.......................................................................... 5 SOILEXPANSION............................................................................................................ 5 PERCOLATION TESTING............................................................................................... 5 EXCAVATION CHARACTERISTICS.............................................................................6 Rippability....................... .................... ......... ........................... ................................ 6 VolumeChange...................................................................................................... 6 IN -SITU SOIL MOISTURE CHARACTERISTICS......................................................... 6 CONCLUSIONS AND RECOMMENDATIONS........................_......_....................................... 7 DEVELOPMENT FEASIBILITY...................................................................................... 7 SITE PREPARATION AND GRADING.......................................................................... 7 General.................................................................................................................... 7 Demolition and Clearing......................................................................................... 7 CorrectiveGrading.................................................................................................. 8 Subgrade Stabilization............................................................................................ 9 FILL MATERIAL AND PLACEMENT............................................................................ 9 Suitability of On -Site Soils..................................................................................... 9 ImportSoils........................................................................................................... 10 Compaction Standard and Methodology.............................................................. 10 MaterialBlending................................................................................................. 10 TEMPORARY EXCAVATION STABILITY................................................................. 10 DRAINAGE SYSTEM RECOMMENDATIONS........................................................... 11 MATERIAL AND DRAINAGE SPECIFICATIONS AND SUITABILITY. ................. 12 October 31, 2022 i GMU Project 22-241-00 Mr. tarry Ryan, RJM DESIGN GROUP Geotechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach TABLE OF CONTENTS (continued) CONCRETE FLATWORK DESIGN. ................................... .......................................... 12 SMALL FENCE POST FOUNDATIONS....................................................................... 13 CONCRETE..................................................................................................................... 13 PLAN REVIEW / GEOTECHNICAL TESTING DURING GRADING / FUTURE REPORT....................................................................................................... 14 PlanReview.......................................................................................................... 14 GeotechnicalTesting............................................................................................ 14 FutureReport ........................................................................................................ 14 LIMITATION,E CLOSURE ...... REFERENCES Plate 1 Plate 2 APPENDIX A: APPENDIX B: APPENDIX C: ................................................................................. 14 ................................................................................. 15 ............................................................................... 166 PLATES -- Location Map -- Geotechnical Map APPENDICES Geotechnical Exploration Procedures and Drill Hole Logs by GMU Geotechnical Laboratory Procedures and Test Results by GMU Percolation Test Results October 31, 2022 ii GMU Project 22-241-00 INTRODUCTION PURPOSE This report presents the results of our geotechnical investigation for the proposed synthetic turf replacement project located within Arroyo Park in Newport Beach, California. The purpose of this report is to: 1. Summarize our geotechnical investigation data and conclusions 2. Provide geotechnical recommendations pertaining to site grading and design and construction of the proposed synthetic turf field. The following scope of work was performed as part of the preparation of this investigation report: SCOPE OF WORK The scope of our services, as outlined in our proposal dated July 20, 2022, was as follows: 1. Reviewed background information such as available published and unpublished geologic literature, including publications prepared by the California Geological Survey (CGS) and the United States Geological Survey (USGS). We also reviewed the reference (1) letter by Guida Surveying, Inc., the reference (2) letter by MCE Consultants, and the reference (3) report by NMG Geotechnical, Inc. 2. Marked ten (10) hand auger drill holes, coordinated with RJM Design Group, and contacted Underground Service Alert (USA/Dig Alert) to provide advance notification of the ten drill holes locations planned within the subject site. 3. Performed a field subsurface exploration program consisting of advancing ten (10) hand auger drill holes to depths ranging from 2.6 to 5 feet below the existing ground surface to classify the subsurface material and obtain representative samples for laboratory testing to be utilized during design. Logged all field exploration work and obtained bulk and undisturbed soil samples for geotechnical laboratory testing. 4. Performed laboratory testing on soil samples obtained from the drill holes. Testing included in -place moisture and density, particle size distribution, Atterberg limits, expansion index, corrosivity, and maximum density and optimum moisture content. 5. Interpreted and evaluated the acquired field and laboratory data. Mr. Larry Ryan, RJM DESIGN GROUP Gemechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach 6. Supported the project design process by providing geotechnical design conclusions and recommendations for the proposed synthetic turf field. This included the following: • Site preparation and precise grading requirements. • Acceptability of the site soils for use as fill and backfill. • Recommendations for installation of underground utilities. • Flatwork/hardscape recommendations. Prepared this report presenting our geotechnical conclusions and recommendations to support the design and construction of the proposed synthetic turf field. SITE LOCATION AND DESCRIPTION The site is located within Arroyo Park and is currently occupied by an existing natural turf soccer field and softball field. Arroyo Park is bounded by Bayswater and an existing parking lot to the north, slopes that border residential areas to the east and west, and walking trails to the south. The general location of the project is shown on Plate 1 — Location Map. Other existing improvements within the site consist of chain link fencing and dugouts, concrete pavement walkways, a restroom building, a playground, and a basketball court. Site topography is relatively flat but slopes slightly to the east and southeast. PLANNED IMPROVEMENTS It is our understanding that it is proposed to remove the existing natural turf within the soccer and baseball field and replace it with synthetic turf and an underlying drainage system. Additional fencing and hardscape/flatwork may also be incorporated into the proposed site improvements. It is expected that proposed grades will remain essentially the same as existing grades; therefore, only minor cuts and fills will be required to reach design grades for the planned synthetic turf field. 31, 2022 2 GMU Projea 22-241-00 Mr. Larry Ryan, RIM DESIGN GROUP Geotechnical Investigation, 4nthedc Turf Replacement Project, Arroyo Park, Newport Beach BACKGROUND INFORMATION We reviewed the reference (1) letter by Guida Surveying, Inc., the reference (2) letter by MCE Consultants, and the reference (3) geotechnical report by NMG Geotechnical, Inc for the subject site. The reference (1) letter verifies by survey that the basketball court and building top of forms were in conformance to site rough grading plans. The reference (2) letter to the City of Newport Beach certifies that the forms for the site's basketball courts and restroom building conformed to rough grading plans based on the reference (1) letter's survey verification. The reference (3) report includes geotmhnical observation and testing results during the site's utility trench backfill, minor grading, and excavations for restroom footings, parking lot subgrade, and various other on -site improvements. The reference (3) report contains observations limited to precise grading. According to the reference (3) report, cuts and fills occurred on the order of 3 and 8 feet, respectively, and fills were moisture -conditioned and compacted adequately. The reference (3) report states that competent fills and marine terrace deposits were observed to underly the site, and that the work observed by NMG Geotechnical, Inc. was considered geotechnically suitable. SUBSURFACE EXPLORATION GMU conducted a subsurface exploration program to evaluate the soil conditions within the area of the proposed synthetic turf field. A total of ten hand auger drill holes were performed which consisted of the following: • Ten (10) hand auger drill holes to depths ranging from 2.6 to 5 feet below the existing ground surface; • Four (4) of the above hand auger drill holes were utilized to perform percolation testing The drill hole locations are shown on Plate 2 — Geotechnical Map, and the logs of the drill holes are contained in Appendix A. The drill holes were logged by a Staff Geologist. Representative samples were collected from each of the drill holes for laboratory testing. LABORATORY TESTING Laboratory testing for the subject investigation was performed on samples collected during our field investigation and included the following tests: • In -place moisture and dry density • Particle size distribution GMU Project 22-241-00 Mr. Larry Rya, RJM DESIGN GROUP Geotechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach • Atterberg limits • Expansion index • Chemical tests (corrosivity) • Maximum dry density and optimum moisture content The results of our laboratory testing are summarized on Table B-1 included in Appendix B — Laboratory Testing. Pertinent laboratory test data is also shown on our drill hole logs. GEOLOGIC FINDINGS REGIONAL GEOLOGIC SETTING The site lies within the Peninsular Ranges geomorphic province of Southern California. The site's general location is in the eastern portion of the Central Block of the Los Angeles Basin. Specifically, the site is located within the Orange County Coastal Plain, a coastal basin subdivision of the Los Angeles Basin. Locally, the site is found within the San Diego Creek watershed, with sediments mainly derived from Peters Canyon Wash and San Diego Creek, which transports material from the Santa Ana Mountains. Sediments are also derived from Bonita Creek located north of the site. Review of the available logs, documents, and literature indicates the site is underlain predominantly by young axial channel deposits (Qya) and the Topanga Formation (Tt) (CGS Staff, 2004). SUBSURFACE CONDITIONS Artificial Fill/Topsoil (Qaf) Artificial fill and topsoil materials were encountered in the exploratory drill holes performed at the site and were found to generally consist of brown to dark brown, damp to moist, silty sands, clayey sands, sandy clays, and sandy silts. Topsoil consisted of approximately 6 inches of silty to clayey sand material with some roots and organics not suitable for support of the proposed improvements. The fill encountered below the topsoil was observed to be medium dense and firm to stiff and extend to 2.5 feet below ground surface and in most areas to the total depth of exploration (5 feet below the existing grade). Topanga Formation (Tt) Topanga Formation was encountered below the fill in three of the exploratory drill holes at depths ranging from 2.5 to 4 feet below existing grade. These deposits extend to the total depth October 31, 2022 4 GMU Project 22-241-00 Mr. Larry Rya, RIM DESIGN GROUP Geotechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach of the exploration (5 feet below the existing grade). The deposits generally consist of moderately hard, reddish -brown sandstone and soft to moderately had, pale olive to dark gray siltstone. Groundwater was not encountered during our subsurface investigation to the maximum depth explored (5 feet below the existing grade). According to mapping published by the California Department of Conservation, Division of Mines and Geology (1998), the historical high groundwater level is reportedly situated at a depth of approximately 10 feet below the site ground surface. Groundwater conditions may change over time due to seasonal and meteorological fluctuations, or activities by humans at this site and nearby sites. Based on the findings above, groundwater is unlikely to impact the proposed development or required remedial grading. GEOTECFINICAL ENGINEERING FINDINGS SOIL EXPANSION Based on our laboratory testing and review of the previous geotechnical reports, the existing subsurface materials with the upper 5 feet of the subject site are anticipated to have a low expansion potential. PERCOLATION TESTING Four (4) percolation tests were performed in general conformance with the South Orange County Technical Guidance Document (TGD), appendices dated September 2017. The "Shallow Percolation' test procedure contained in Appendix D.2.3.3 was utilized. The percolation borings were drilled to depths ranging from 4 to 5 feet below the existing grade using a hand auger. 2022 5 GMU Project 22-241-00 Mr. Larry Ryan, RJM DESIGN GROUP Geotechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach The calculated infiltration rates are presented in Table I below: Table 1: Calculated Infiltration Rates Drill Hole Depth Below Finish Grade (feet) Infiltration Rate (inch/hour) HA-4 4.5 0.11 HA-8 4 0.63 HA-9 4 0.22 HA-10 5 0.16 Based on the infiltration results shown above and in accordance with the TGD manual, HA-4, HA-9, and HA-10 drill holes do not meet the minimum infiltration rate of 0.3 inch/hour and, therefore, the site is not deemed feasible for infiltration of water. The percolation test hole locations are shown on the attached Plate 2 — Geotechnical Map. The results of the percolation testing are summarized in Appendix C of this report. EXCAVATION CHARACTERISTICS Rippabitity The soil materials underlying the site can be excavated with conventional grading equipment such as scrapers, dozers, loaders, excavators, and backhoes. Volume Change To aid planning for the anticipated grading, we estimate that the change in volume of on -site disturbed surficial fills that are excavated and placed as new compacted fill at an average relative compaction of 90% will result in an average of about 2% loss in volume. It should be noted that the aforementioned value is approximate and is for rough planning purposes only. IN -SITU SOIL MOISTURE CHARACTERISTICS In the area of the proposed synthetic turf field improvements, moist soils are likely to be encountered. Moisture contents, where investigated, ranged from a low of 5%below optimum to a high of 2.8% over optimum with an average moisture content right at optimum. Maximum dry density and optimum moisture content were determined by lab test method ASTM D 1557. October 31, 2022 6 GMU Project 22-241-00 Mr. Lamy Ryan, RSM DESIGN GROUP Gemochnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach CONCLUSIONS AND RECOMMENDATIONS DEVELOPMENT FEASIBILITY Based on the geologic and geotechnical findings, it is our opinion that the proposed grading and construction are feasible and practical from a geotechnical standpoint if accomplished in accordance with the City of Newport Beach grading and building requirements and the recommendations presented herein. It is also the opinion of GMU Geotechnical that the proposed grading and construction will not adversely affect the geologic stability of adjoining properties provided grading and construction are performed in accordance with the recommendations provided in this report. SITE PREPARATION AND GRADING General The grading of the subject site should be in accordance with the City of Newport Beach grading code requirements (and all other applicable codes and ordinances) and the recommendations as outlined in the following sections of this report. The geotechnical aspects of future grading plans and improvement plans should be reviewed by GMU Geotechnical, Inc. prior to grading and construction. Care should be taken to condom that all project plans conform to the recommendations provided in this report. All planned and corrective grading should also be monitored by GMU Geotechnical, Inc. to verify general compliance with the recommendations outlined in this report. Demolition and Clearing All significant organic material such as grass, brush, roots, or construction debris such as old irrigation lines, asphalt concrete, and other decomposable materials should be removed from the areas to be graded. No rock or broken concrete greater than 6 inches in diameter should be utilized in the fills. In addition, the following recommendations apply to the corrective grading for new synthetic turf areas: • Within all synthetic turf areas, apply herbicide (Roundup or equivalent) per the manufacturer's specifications to all existing natural turf areas designated for removal with the exception of turf areas within 5 feet of the drip line of adjacent existing trees. The natural turf kill process shall last for a period of no less than 15 days to kill all living plant material. During the natural turf kill process, the turf shall be allowed to dry out. October 31, 2022 7 GMU Project 22-241-00 Mr. Larry Ryan, RJM DESIGN GROUP Geotechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Nenport Beach • Following complete natural turf kill (to be approved by landscape architect), scalp the turf areas down to the beginning of the root zone. All scalped turf should be removed from the synthetic turf areas. All turf within 5 feet of the drip line of trees shall be manually scalped down to the beginning of the root zone. All scalped turf shall be removed from the synthetic turf areas. The project geotechnical consultant should provide periodic observation and testing services during demolition operations to document compliance with the above recommendations. In addition, should unusual or adverse soil conditions or buried structures be encountered during grading that are not described herein, these conditions should be brought to the immediate attention of the project geotechnical consultant for corrective recommendations. Corrective Grading Remedial grading will serve to create a firm and workable platform for construction of the proposed synthetic turf field. The corrective grading should be conducted to the satisfaction of the soils technician to ensure that the subgrade soils are thoroughly mixed and that all significant organics (roots, wood debris, etc.) that could decompose with time and cause settlement are removed. It should be noted that the recommendations provided herein are based on our subsurface exploration and knowledge of the on -site geology. Actual removals may vary in configuration and volume based on observations of geologic materials and conditions encountered during grading. The bottom of all remedial grading removals should be observed by a GMU representative to verify the suitability of in -place soils prior to performing the scarification and re -compaction. General remedial grading recommendations are outlined below. Synthetic Turf Field: Grading recommendations for the new synthetic turf field should consist of the following: • Upon completion of turf kill and removal operations the upper 8 inches of the exposed subgrade shall be pulverized, moisture conditioned and recompacted to 90% relative compaction. Minimum acceptable moisture content shall be 2% above optimum moisture content. Maximum dry density and optimum moisture shall be determined per ASTM D1557. • During the pulverization process, all significant organics (i.e., concentrated root masses, tree roots, wood debris, etc.) should be grabbed out and removed from the area of grading. • Subgrade pulverization should be performed utilizing a pulverization machine (such as a Caterpillar RR-250 Road Reclaimer, or equivalent) that is capable of thoroughly October 31, 2022 8 GMU Project 22-241-00 Mr. Larry Ryan, RJM DESIGN GROUP Geotechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Reach pulverizing the subgrade to the satisfaction of the project geotechnical consultant. Pulverization should be performed across the entire synthetic turf field area. Subgrade Stabilization Based on the observed moisture contents, there is a potential to encounter moist to wet, soft subgrade soils in the proposed synthetic turf field or proposed flatwork/hardscape areas. If soft subgrade soils are encountered, remedial measures would be required to stabilize the subgrade prior to completion of proposed improvements. The measures to stabilize the subgrade should consist of the following: • Removal of the unstable soils to a depth of approximately I foot below the bottom of the new turf/aggregate base and flatwork sections, placement of geogrid (Tensar Trim TX 130s or equivalent), followed by placement of approximately 12 inches of Aggregate Base (AB) or Crushed Miscellaneous Base (CMB) to replace the unstable soil that was removed. • The thickness of the aggregate base will depend on the amount of Aggregate Base (AB) or Crashed Miscellaneous Base (CMB) required to create a stable platform. The recommended depth of remediation (i.e., approximately 12 inches for the geogrid/aggregate base replacement) could be greater or less, depending on the conditions encountered. • The bottom of the excavation should be left relatively undisturbed prior to placement of the geogrid. Upon placement of the geogrid, the AB should than be placed in a 1-foot-thick lift and compacted to 90% relative compaction. • A GMU representative should observe the excavation bottom prior to utilizing this mitigation method. FILL MATERIAL AND PLACEMENT Suitability of On -Site Soils All on -site soils are considered suitable for use as compacted fill from a geotmhnical perspective if care is taken to remove all significant organics (roots) and other decomposable debris, and separate and stockpile rock or broken concrete materials larger than 6 inches in maximum diameter. 31, 2022 9 GMU Project 22-241-00 Mr. Larry Ryan, RJM DESIGN GROUP Gemechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach Import Soils Although not expected to be required, import soils should be predominately granular soil material, such as silty sand or clayey sand, and have an expansion index (E.1.) of less than 35. Prior to allowing soil materials to be imported to the site, a GMU field representative should sample and test the source of the planned import and provide our approval of the soil materials. Compaction Standard and Methodology All soil material used as compacted fill, or material processed in -place or used for backfill, should be moistened, dried, or blended as necessary and densified to at least 90%relative compaction. It is recommended that fills be placed a minimum of 2% above optimum moisture content. Material Blending The existing artificial fill is expected to be generally near optimum moisture content but may have variable moisture content depending on the season in which work is perforated. In addition, soils were observed to be wetter to the south side of the site than the north side. Therefore, most of the materials to be handled during grading will require some blending and addition of water or drying to meet acceptable moisture ranges for sufficient compaction (i.e., minimum 2% above optimum moisture content). TEMPORARY EXCAVATION STABILITY During site grading, trench excavations may be required for new utility lines, if any. The sidewalls of these temporary excavations are expected to expose topsoil and then fill. Based on the anticipated engineering characteristics of these materials, temporary excavations for utility trench walls to a depth of 4 feet may be made vertically without shoring subject to verification of safety by the contractor. Deeper excavations should be braced, shored or, for those portions of the sidewalls above a height of 4 feet, be sloped back no steeper than 1:1 (horizontal to vertical). In addition, no surcharge loads should be allowed within 10 feet from the top of cuts. We anticipate the construction excavation walls to be temporarily stable, provided the above recommendations are followed. However, modifications to these recommendations may be required based on our observations of the actual conditions exposed in the field. Our temporary excavation recommendations are provided only as general guidelines and all work associated with temporary excavations should meet the minimal requirements as set forth by CAL -OSHA. Temporary slope and trench excavation construction, maintenance, and safety are the responsibility of the contractor. October 31, 2022 10 GMU Project 22-241-00 Mr. Larry Ryan, RJM DESIGN GROUP Gemechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach DRAINAGE SYSTEM RECOMMENDATIONS The installation of a proper drainage system is critical to the long-term performance of the synthetic turf fields. Since the onsite soils are not suitable for infiltration of surface water, a closed drainage system should be used that will collect and deliver all surface water to an existing stone drain system rather than allow the water to infiltrate into the onsite soils. A drainage system approved by both the synthetic turf manufacturer and the geotechnical engineer should be installed; however, at a minimum, the system should consist of the following: A network of field drains that consist of either flat "composite" drains or perforated pipes within shallow trenches should be installed below the synthetic turf fields in a herringbone pattern to the edges of the field where the water can be delivered to deeper perimeter collector drains. The field drain system should drain at a minimum gradient of 0.5 percent to the collector drains. The collector drains, in turn, should be connected to a suitable discharge point such as an existing storm drain or catch basin. An impermeable woven geotextile liner approved by both the synthetic turf manufacturer and the geotechnical engineer should be placed across the entire bottom surface of the drainage system including the bottom of the field drains and the perimeter collector drains. The field liner should be separate from the trench liner. The field and trench liners should be overlapped a minimum of 18 inches in the direction of water flow. Joints in the field liner shall be overlapped a minimum of 8 inches in the direction the water flows. Trenches for the collector drains should be at least 18 inches wide and 18 inches deep with a minimum gradient of 0.5 percent. 8 to 12-inch-diameter perforated HDPE collector pipes should be installed within the collector drain trenches. The collector pipes should be surrounded on the sides and top by at least 6 inches of clean, crushed, free -draining aggregate per specifications that can be compacted to a relative compaction between 90% and 92% and remain permeable and provide adequate water flow. Trenches for the field drains, if used, should be at least 12 inches wide and 12 inches deep with a minimum gradient of 0.5 percent. flinch -diameter perforated HDPE field pipes should be installed within the field drain trenches. The field pipes should be surrounded on the sides by at least 4 inches and on the top by at least 8 inches of clean, crushed, free -draining aggregate that can be compacted to a relative compaction between 90% and 92% and remain permeable and provide adequate water flow. October 31, 2022 11 GMU Project 22-241-00 Mr. Larry Ryan, RJM DESIGN GROUP Geotechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach • If flat "composite" field drains are used, they may be placed directly on the woven geotextile liner with a minimum gradient of 0.5 percent. • After the installation of the drainage system, a minimum 4-inch-[luck layer of clear, crushed, free -draining aggregate should be placed across the entire field. The aggregate should consist of a material that can be compacted to a relative compaction between 90% and 92% and remain permeable and provide adequate water flow. • If the free -draining aggregate used around and above the field pipes has a larger size than the aggregate used as the base layer below the field, then the two materials should be separated by a layer of permeable non -woven geotextile fabric to prevent the migration of fines. • After the 4-inch layer of clean, crushed, free -draining aggregate has been placed and compacted, percolation testing should be performed to confirm adequate infiltration rates prior to the installation of the synthetic turf surface. MATERIAL AND DRAINAGE SPECIFICATIONS AND SUITABILITY The types of materials used, the thicknesses of the aggregate materials, the dimensions and spacing of the field drainpipes and collector pipes, and the gradients of the field and collector drain trenches and aggregate base bottom surface should also be in accordance with the synthetic turf manufacture's requirements and with approval by the geotechnical engineer. Drainage and surface gradients should be verified by the project civil engineer. CONCRETE FLATWORK DESIGN We recommend that the subgmde for the subject concrete flatwork be moisture conditioned to at least 2 percentage points over the optimum moisture content to a depth of 12 inches below finish grade and compacted to 90%relative compaction. Type 11N cement with a maximum water/cement ratio of 0.50 and minimum compressive strength of 3,250 psi may be used. October 31, 2022 12 GMU Project 22-241-00 Mr. Larry Ryan, RJM DESIGN GROUP Geoachnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach Table 2 below summarizes our flatwork recommendations: Table 2: Concrete Flatwork Table Sand, Subgrade Aggregate Minimum Joint Description Preparation Base Concrete Reinforeemends) Spacing Concrete(4) n) (Class 2), or Thickness (Maximum) CMBW twisted 2%over Not 4"full No.3 bars® 5' Type IUV concrete optimum to Required. 24"o.c.b.w. and sidewalks and IT' at 90% dowel into adjacent walkways relative structures or curbs (less than or compaction and across cold equal to 6' in joints/expansion width) joints. Use dowels: No. 3 bars at 24" O.C. (1) The moisture content and compaction of the Subgrade most be verified by the geotechnical consultant prior sidewalk construction. (2) Reinforcement to beplaced in the middle ofthe recommended concrete section. (3) Final concrete mix design to be supplied by others. (4) Geotechnicalperspective only. SMALL FENCE POST FOUNDATIONS Foundations for small fence posts should be a minimum of 12 inches in diameter and 18 inches deep. However, where these are located adjacent to the top of a descending slope the minimum depth should be 24 inches. CONCRETE Based on our laboratory testing, the onsite soils are expected to have a negligible sulfate exposure per the 2019 CBC. Although not required by code, we recommend the following to minimize the potential of water and/or vapor transmission through the concrete and minimize the potential for physical attack to the concrete from non -sulfate based salts: Structural Elements (i.e., pole foundations, etc.) • Cement Type: IIN • Maxim= Water Cement Ratio: 0.50 • Minimum Compressive Strength: 3,250 psi (geotechnical perspective only) • Reinforcement steel should be covered by at least 3 inches of concrete October 31, 2022 13 GMU Project 22-241-00 Mr. Larry Ryan, RJM DESIGN GROUP Geotechnical Investigation, Synthetic Turf Replacement Project, Arroyo Park, Newport Beach PLAN REVIEW / GEOTECHNICAL TESTING DURING GRADING / FUTURE REPORT Plan Review GMU should review the final construction plans and specifications to confirm that they are consistent with our recommendations provided in this report. Geotechnical Testing It is recommended that geotechnical observation and testing be performed by GMU during the following stages of precise grading and construction: • During site clearing and grubbing. • During removal of any buried irrigation lines or other subsurface structures. • During all phases of grading including over -excavation, temporary excavations, removals, scarification, ground preparation, moisture conditioning, proof -rolling, over -excavation, and placement and compaction of all fill materials. • During subgrade stabilization. • When any unusual conditions are encountered. Future Report A report summarizing construction observation and testing services will be prepared at project completion. LIMITATIONS All parties reviewing or utilizing this report should recognize that the findings, conclusions, and recommendations presented represent the results of our professional geological and geotechnical engineering efforts and judgements. Due to the inexact nature of the state of the art of these professions and the possible occurrence of undetected variables in subsurface conditions, we cannot guarantee that the conditions actually encountered during grading and foundation installation will be identical to those observed and sampled during our study or that there are no unknown subsurface conditions which could have an adverse effect on the use of the property. We have exercised a degree of care comparable to the standard of practice presently maintained by other professionals in the fields of geotechnical engineering and engineering geology, and believe that our findings present a reasonably representative description of geotechnical conditions and their probable influence on the grading and use of the property. October 31, 2022 14 GMU Project 22-241-00 Mr. Larry Ryan, RJM DESIGN GROUP Geomahnical Investigation, Synthetic Turf Replacement Projecr, Arroyo Park, Newport Beach Because our conclusions and recommendations are based on a limited amount of current and previous geotechnical exploration and analysis, all parties should recognize the need for possible revisions to our conclusions and recommendations during grading of the project. Additionally, our conclusions and recommendations are based on the assumption that our firm will act as the geotechnical engineer of record during grading of the project to observe the actual conditions exposed, to verify our design concepts and the grading contractor's general compliance with the project geotechnical specifications, and to provide our revised conclusions and recommendations should subsurface conditions differ significantly from those used as the basis for our conclusions and recommendations presented in this report. Detailed corrosion testing and recommendations for protecting buried ferrous metal and/or copper elements we beyond our purview. This report has not been prepared for use by other parties or projects other than those named or described herein. This report may not contain sufficient information for other parties or other purposes. CLOSURE We are pleased to present the results of our geotechnical foundation investigation for this project. The Plates and Appendices that complete this report are listed in the Table of Contents. If you have any questions concerning our findings or recommendations, please do not hesitate to contact us and we will be happy to discuss them with you. ppeFESS104, Respectfully submitted, a W Mq 4 Nye2 ca GE 3056 �/fCHNyG�¢2e OF C David Hansen, M.Sc., GE ESsS/( Project Geotechnical Engineer 3C 90M �5� sr CIVIC �� Matthew T. Farrington, M.Sc., PE �OF CAIIF Project Engineer October 31, 2022 15 GMU Project 22-241-00 Mr. Larry Ryan, RJM DESIGN GROUP Geotechnical Invesaigadon, Synthedc Turf Replacement Project, Arroyo Park, Newport Beach REFERENCES SITE -SPECIFIC REFERENCES (1) Guida Surveying, Inc., `Arroyo Park, Newport Beach, Ca, Bldg Form Certification," dated September 18, 2000. (2) MCE Consultants, "Civil Engineer's Statement of Building Form Certification," dated September 22, 2000. (3) NMG Geotechnical, Inc., "Geotechnical Report of Observation and Testing During Precise Grading and Construction Related Park Facilities, Arroyo Park and Mesa Trail, Newport Beach, County of Orange, California," NMG Geotechnical Project No. 96019- 14, dated March 5, 2001 TECHNICAL REFERENCES California Building Standards Commission and International Conference of Building Officials, 2019, 2019 California Building Code. COMG Staff, 1998, Seismic Hazard Zone Report for the Tustin 7.5-minute Quadrangle, Orange County, California California Division of Mines and Geology Open File Report 102. CGS Staff, 2004, Preliminary Digital Geologic Map of the Santa Ana 30'x60' Quadrangle, Southern California: California Geological Survey Open File Report (99-172), Version 2.0. Standard Specifications for Public Works Construction, by Public Works Standards, Inc., 2021, The Greenbook 2021 Edition. er2e-241-W (W2-22) ,ma22-241-ca (lM9n022) October 31, 2022 16 GMU Project 22-241-00 i I 0 J e I / e 0 � I / i 0 I 0 i 6 P i � � e I 8 s LEGEND NAND AUGER LOCATION MAP ••, wwDw RLocn 's APPENDIX A Geotechnical Exploration Procedures and Logs P►II 1 VI'VIV Mr. Larry Ryan, RIM DESIGN GROUP Geotechnical Tnvesfigation, Arroyo Park Synthetic Turf Replacement Project, Newport Beach APPENDIX A GMU GEOTECHNICAL EXPLORATION PROCEDURES AND LOGS Our exploration at the subject site consisted of ten (10) hand auger drill holes. The estimated locations of the explorations are shown on Plate (2) — Geotechnical Map. Our drill holes were logged by a Staff Geologist, and drive and bulk samples of the excavated soils were collected. "Undisturbed" samples were taken using a thin -walled, 3.0-inch outside -diameter drive sampler, containing a 2.416-inch-diameter, 6-inch-length brass sample sleeve. Blow counts recorded during sampling from the drive sampler are shown on the drill hole logs. The logs of each drill hole are contained in this Appendix A, and the Legend to Logs is presented as Plate A-1 and A-2. The geologic and engineering field descriptions and classifications that appear on these logs are prepared according to Corps of Engineers and Bureau of Reclamation standards. Major soil classifications are prepared according to the Unified Soil Classification System as modified by ASTM Standard No. 2487. Since the descriptions and classifications that appear on the Log of Borings are intended to be that which most accurately describe a given interval of a boring (frequently an interval of several feet), discrepancies do occur in the Unified Soil Classification System nomenclature between that interval and a particular sample in that interval. For example, an 8-Foot-thick interval in a log may be identified as silty sand (SM) while one sample taken within the interval may have individually been identified as sandy silt (ML). This discrepancy is frequently allowed to remain to emphasize the occurrence of local textural variations in the interval. 1, 2022 A-1 GMU Project 22-241-00 MAJOR DIVISIONS TYPICAL NAMES N Clean GWr Well Graded GrWek arld Grwe4Sand MAlmea, Little or No Flnw. GP Pooh Graded Gravels and GraveLSand datums 611b or No Firm, GRAVELS 50%or Moreor Grarek COFR9E-0RNNE9£OILS More Than 50%Retained On No.msieve Lars sonvio" Real^^I On NN.a Slaw Gravek Wdh GM Silty Garvek,Gmm[San0.g6Mixtures. 1FPC Clayey Garvels.GarvelSeM-cry Mdtures. Fines Sexed on The Malarial Clem SW ! !, Well Graded Sells and GravdN Sides, LMkw No Fares. PessingTha3-Inch (75.)Sieve. SP �. :., pw carded Sends and Gravel M N Sa^da. Lillb or NO Ftga, Relerenw: Sr1N0.4 Mare NCLS Sands ASTM Standard M437 of Fgcuv" Passes Ned Sron Sends Wth She "a 1.: am, Sancta SwdSet Modures. SC ' � Clayey Sands. SwdLwy Migmes. Floe OF Clayey Dwte. saes., Clayey Sets Verb Fee, Sands, Roxi, Bbghl Plashudy. �fSMNoun Pas 5 50%OF neNMore Pas The No$og Sieve SILTSANOCLAYS Llqudii5ft Than sIH6 became.Chl or OIF To Medium Plasicily, Gravelly Ckys, Sandy Clays SM, Clays. Lean Clays, Organs Bills am Organic Silty Clayad L. PladicM Based an Melerel [CH I F Silly ro Silly MewwhYs or Dlalemawous Find Sandy or Silly Solk, EWdic SNIs. m3 Pessirg The el p5mm) Sieve. SILTSANOCIAYS Ligon LMN 511% In^rgenc CleysW Hall PbdidN, Fel Clary.ASTM ASTIASta Standard D3a3> or Greamr Organic Clays of MetlWm TO HIgtl Pbdicey. Olgane SHa. NWHLYOROANpMU Peelendghx HghNOrgenicSda. TM mendiAve lardsho gyof the logs OF m^dAiedfrom current ASTM Standards to wit Bar purposes of this OF I ADDITIONALTESTS 1 DS=closed Shear HY= Hydrometer Teal 1C= Tmdbl Campresepn Test Uc = Urwo dread cormassi^n CN = Cansolidalion Ted (N• Turner Rote EX &,no. Ted CP • Compaction Test PS • Pedlck S¢e Oidmelon El- Exwndm lmarx BE • Send Equine rt Test AL = Nterla rg Limits PC = Chemiml Test RV= Resktance Value SG=Siemens Graver, SU = Sulkies CH = Chlorides MR=Alim—un Residivily PH (N) = honer Undlsludied Bromide (R) = Remolded Sample CS = collapse TedlSvwegsenlemed Alp"i"I I VI"VIV GEOLOGIC NOMENCLATURE v ♦ v B=Bedding C=Coded J-.loid F= Fall FII=F-11 S=Shear D • •� e RS I Repal$udaw 0-1 Seepage ♦er . •Grmrwd 1% Ses SAMPLE SYMBOLS O(Cellbmoe Sanpleu) OUndisludred Sample (Shdbv Tuha) BulkSamplu QUnwowsdul Sam1111ng Nlengl aSPTSemple i5sn"s'a.lrcnar,na ai m fd lNPverorrai"=lea va amwn Md' 691we1w<.I"CMa PenearepT P war 11.1 a 'n[nedrvCnldt, "weal m zlrePerenaem.%aMed IF 14% IS% LEGENDTOLOGS I Plate ASTM Designation: D 2487 (Based on Unified Soil Classification System) A•1 SOIL DENSITYICONSISTENCY FINE GRAINED Conahten, Fed Teal SPT pblows'lool Moq vbkrvzYool ver, Sab EaWN anoVateci N thumb. exudes belvre9n nnm -2 -3 Sob Esel, reeneenen ona inch In, tlwmb, nmeeC n,, I e M Fnm PerelnlM wer 1l2 mb by thumb win mWerela eflml qa 612 Sim Penb2led ebw1121ncM1 be IM1umb vAll teal W." 8.15 12-25 V 316f R.Wi indenietl Ihumbmil I 30 2550 HeN Indented MlM1 dAfcu 1M1umdai a30 >50 COARSE GRAINED D M' FWK Test pd SPTJ12-� Ve L.. Eaw hales Mh 0.5'rotl Peeked M1eM 14 Loose Eesi neireled Mh05 nxl shed nand ekehum Dense Eati twlrated l' Mh 0.5"and cinven Nb hammer Dense Di In neirat l' wiin 0,S retl deiven Sib hammer 31d V De. Pewnraled few lnd. vnIh or rW dtiven Slb h...r >w BEDROCK HARDNESS Deneq Fink!Teal SPT b 1uY 1 Sob Can hew etl W hand. millike and eltuctum 1-30 NWen1e Hard Can ba rowed with fmnnaiis.cmmbles Mb lremm.r 30d0 Hen, to tdwk I,, haW can be geoved weh knife 50_100 Ve Hard Swatches Mh knife dnine wile hammer Eiw >Iw GRAIN SIZE DeuTl m Slaue Sea Grain S. Awp imele Size Bauiders >Ir >12' he. a beonteil Cohblee 3-12' 3.1r F 1-azed to we ketwil-e.ed �9e 14S WPo Tflumb wb f9-amtl Greval Fine Y4-3N' 0.190J5' Pee -sand to lhureb-e.ed Calm 01W 0079E 19' Rock-aallsized to seed Sand Medium %g0410 0017-0079' Su<al sued to rock a R-eued Pine RW:1g0 o=2 olr Flour --ad t. -sized Fines pawe.. 4000 -O.W29' Flour -sized ardeimllar MODIFIERS Tram 1% Few 14% Some S12% Nume sus 12-211% Abunnanl >20% MOISTURE CONTENT i very fine ors moisture damn-Somem .. WI lesstha.nph-,.. Ni Near optimum Very M-- Anoeoplimttm W.usetmata6 DoMeine Ire.—.. ue. LEGENDTOLOGS Piste V 1 ' ASTM Designation. fi 2487 (Based on Unified Soil Classification System) A-2 S `ann." Project: Arroyo Park Synthetic Turf Replacement Project Log of Drill Hole HA- 1 Project Location: Arroyo Park, Newport Beach 1 Project Number: 22-241.00 Sheet 1 of 1 D=) 10/1ti3 Bogged ER BChecketl 51TF Drill Ittal Hand! Auger C.rdyaotor EaMworks Techniques, Inc. Total Depth 5.0 feet Drill Rig Hand Tools Diameleds) T' Approx. Surface 6g g TYpe of Hole, inches ovation, a MSL Groundwater Depth Not Encountered Sampling Open drive sampler with 64nch Did Hoe Native [Elevation), feet Methods) sleeve Backfill Remarks Onving'afta l 051b hammer drop and Dro MPLEDATAJ TESTDATA — GEOLOGICAL ENGINEERING m at ° a CLASSIFICATION AND ORIENTATION CLASSIFICATION AND e to o 'w a DESCRIPTION DATA DESCRIPTION n s��I w ru EN ZO O$ aU OS O U' 6Le ARTIMCIAL FILL ford) SILTY SAND ISM): brown to light broom. ''. Gass at surface, some rootlets, upper 6 damp, medium dense, fi� to inches is dark brown topsoil medium -grained sand Some clay 15 107 Commietor notes material is denser 66 CLAYEYSAND (SC): dark Dfavd, damp m must, medium dense, fine- to worse -grained send Wood fragments observed in spoils SILTYSANDto SANDY SILT( brown, damp, medium tlense, fins W e,fint: 6 Ted edl Depth= 5'nedlsand Total Depth = 5' No Groundwater No Caving ♦.U� Drill Hole HA- 1 �Iaal Mal Project: Arroyo Park Synthetic Turf Replacement Project Log of Drill Hole HA- 2 Project Location: Arroyo Park, Newport Beach Project Number: 22-241-DO Sheet i of 1 pr(tls) d013123 Logged checked MIF Dnllin9 Hand Auger McNotl Dnlling EaHhwaks Tachni ues, Inc Comractor 4 Total Depth 3.8 feet of Drill Hole Unit Rig Hand Toole Diameters) 3.. AOprOm Surface 86.0 Type of Hale, inches Ellewdon, fi MSL Grommwater Depth Not Encourdered Sampling Open di sampler with 64nch Drill Hole Native (Elevation), lest Methoi(s) Sleeve Backfill Remarks Driving Method ana Dr361b Lmmmer drop o AMPLE DATA TEST DATA o GEOLOGICAL ENGINEERING 2 8 " CLASSIFICATION AND ORIENTATION CLASSIFICATION AND ' a w 0 w u rc DESCRIPTION DATA DESCRIPTION J wo 5� ���" �� EN o ao 2s o s� ARTIFICIAL FILL loan SILTY SAND (SM): light brown, damp. -'. Grass at surface. some rootlets, uPaar 6 medium dense, fine- to mediumgd rame inches is dark brown topsail And as Some clay Fragments of dark brown clay Subangular to subround gravel up to 0.75 Some fine to wares gravel inches In diameter. -2%abundance, sampler bouncing on a rock 15 102 Refusal at 3.8 feet due to large rock In boring.,do wall Total Depth = 3ST No Groundwater No Caving DUI Drill Hole HA- 2 Woven A Project: Arroyo Park Synthetic Turf Replacement Project Log of Drill Hole HA- 3 Project Location: Arroyo Park, Newport Beach Project Number: 22-241-00 Sheet 1 of 1 Dates) 1010122 Log9ea checked Nf� Dr,J By By Drilling Hand Apgar gamed Drilling Earthworks Techniques, IrK. Confessor Thal Depth CO fad of Drill Hole Drill Rig Rand Tools Diameters) 6.. ACCpmx. Surface no Type of Hale, Inches Elevatien, a MSL Groundwater Depth Not Encountered Sampling Bulk open drive sampler shift Drill His. Native [Elevation], feet Method(e) 64neh sleeve Backfill Remarks Hde prepped for Isar ban testing wigs T' of gravel on bottom and presoak Percolation Driving Method 351b monomer drop [BS[ nOt Nn 0r1 gl 8 M1016. and Dr0 AMPILE DATA TEST DATA g GEOLOGICAL ENGINEERING x °-° Y CLASSIFICATION AND ORIENTATION CLASSIFICATION AND o >a u DESCRIPTION DATA DESCRIPTION "e.5a' ° 3u ��u J G 20 OS U pE" U' N EU QLa ARTIFICIAL FILL loan SILTY SAND(SM); light brown, damp, 14 CP, Fc ''. Grass at surtace, some rootlets, upper 6 motion dense, fine- to medium-gmined inches is dark brown topsoil sand, trace day ':- Bdch fragment approximately 3.5 inches in Increased day abundance length as ':' Fragments of dark brown silty sand, sparse 0 110 rootlets ` Asphalt fragments in teaw end of sample Total Depth =4' No Grountlwera i No Caving I l Drill Hole HA- 3 IL Mo�u ■ :iwil Real Project: Arroyo Park Synthetic Turf Replacement Project Log of Drill Hole HA- 4 Project Location: Arroyo Park, Newport Beach 1 Project Number: 22-241-00 Sheet 1 of 1 Dates) 10/3133 Logged ER Checked Nf� Dolla] By By Dolling Hand Auger Medwtl Drilling Eadminni s Techniques, Inc, Contractor Total Depth 45fea[ f DMI Hole Drill Rig Hand Tools cormHer(s) 6. Approx. Surface 87.0 Type of w— inches Elevation. It MSL Groundwater Depth Not Encour tered lk Sampling But open drive sampler with Drill Hole Native Elevation], feet Methods) bineh sleeve Backfill Remarks Hole preppedJor percolation testing with 2" of gravel on bottom and presoak Percolation Driving Method 351b hemmer drop test run an tills hole, and Drop all DATA TEST DATA y m o GEOLOGICAL ENGINEERING b o Y u CLASSIFICATION AND ORIENTATION CLASSIFICATION AND A a. rci t' � w n o- DESCRIPTION DATA DESCRIPTION s. iat 2� yi 5 i'r om o io aw5 f 02 4k' u ARTIFICIAL FILL f0aFl CLAYEY SAND (SC): light brown, 13 P6. Al.. -'. Gross at surface, some rootlets, upper 6 damp, medium dense, fine -to medium- El i inches of mil Is dads brown tepecl grained send '> Subangular to subround gravel to 0.5 Some clay, some gravel Inches in diameter, -1%abundance 86 '. HOmogen.m. SILTY SAND to CLAVEY SAND TSM-SC); 15 106 light brown, damp. medium dense, fine -to mediulrvgreine l sand with trace cearsegonned sand Total Depth = 4S'' No Groundwater No Caving Drill Hole HA- 4 :TIME Eni Project: Arroyo Park Synthetic Turf Replacement Project Log of Drill Hole HA- 5 Project Location: Arroyo Park, Newport Beach Project Number: 22-241-00 Sheet 1 of 1 �d, MTF, Y Mudmid Hand Auger DC^ont^renor Ea�orks Techniques, Inc. of pnlII Nole 5.O feet Doll R l Nand Tools Diameter(s) 3.. Approx. Surtace 88.0 Type of Hole, inches Elevation.0SL Gmundweter Depth Not Encountered Sampling Bulk open drive sampler with Drill Hole Native [Elevation), feet Methodic) smirch sleeve Badfill Remarks Dndmg Method and 351b hammer drop AMPLEDATA TEST DATA a g GEOLOGICAL ENGINEERING o Y CLASSIFICATION AND ORIENTATION CLASSIFICATION AND ^— $ u a DESCRIPTION DATA DESCRIPTION o im 2�_ cr o gag a R.,ow3 f8Z IN 0 cep ARTIFICIAL FILL load SILTY SAND with CLAY (SMSC); light ''. Grass at surface, some rootlets, upper 6 brown b brown, damp, medium dense, i inches Is dark brown topsoil fine -to mediumgrwned sand ' Angular to subangular gravel up to 0.5 Somegravel inches in diameter, -1%abundance Color becomes gray to dark gray 14 108 86 �- Abuntlant silt observeq no day observed SILK SAND to SANDY SILT (SWML); light brown, damp, medium career fine- to mediumgramed sand Total Depth = 5' No Groundwater No Caving �U� Drill Hole HA- 5 Project: Arroyo Park Synthetic Turf Replacement Project Log of Drill Hole HA- 6 Project Location: Arroyo Park, Newport Beach Project Number: 22-241-00 Sheet 1 of 1 Dale(.) 10/Sr22 Logged ER Cherketl MTF Dnlletl By By D6111ng HandA r Main atl qBa Drilling FaMworlrs Tecques, hniInc. Contractor Total Depth 2l fast or 0611 Hole Drill Will Hand Tools Diameter(.) 2.� Approx. Approx. Surface g90 Typo of Hole, inches E 6 MSL Groundwater Depth Not Encountered Sampling Bulk, open drive sampler with Dell Hole Native (Elevation], reel Method(s) 64nch sleeve Racket Remarks Dr Ang Method and Drop Sfi lb hammer drop NRLE DATA TEST DATA i = a GEOLOGICAL ENGINEERING x ue ° 9 CLASSIFICATION AND ORIENTATION CLASSIFICATION AND � w n rc DESCRIPTION DATA DESCRIPTION w Em z ¢ sx E� z Ey 20 o,I °O o� p cilw S i:U 5 QLa ARTIFICIAL FILL loan SILTY SAND with CI -AY ISM)', light ''. Grass at surface, some rootlets, upper 6 brown, damp, medium dense, fine to inchesls topsoil, asphalt fragments up to mediumgramed sand some the to 0.76 inches In diameter, angular to warsegmvel submund gravel up to 0.75 inches in diameter notes sugaring becomes much SILTY SANDSTONE, reddish brown to rontractor c e difficultdifficultn reyi0 broom, damp , bath, fin,, A NG O ON etliumgmined send undant oxidized sand grains, tight, ep = assive, samper bouncing on betlrock, No Groundwater elusel at 2 6 feet due to betlrock M1aNness No Caving I �U� Drill Hole HA- 6 Project: Arroyo Park Synthetic Turf Replacement Project Log of Drill Hole HA- 7 Project Location: Arroyo Park, Newport Beach Project Number: 22-241.00 Sheet 1 of 1 Data(.) 10IM2 Logged ER Cracker!NITF Drilled ay By Dolling Nantl Auger Methotl Dnllin9 EarNworks Techniques, Inc. connector Total Depth SO feat of Drill Hole Drill Rig Hand Tools Diametens) S.. prox. Surface 900 Typo of Hole, inches vetion, %MSL Groundwater DepN Not Encountered Sampling Open tliwe sampler wide binch Drill Hole Native IEleve%onj, feet McNotl(s) disease Beckfill Remarks Dni Method and Di 76lb hemmer drop SAMPLE DATA TEST DATA GEOLOGICAL ENGINEERING �° x o o CLASSIFICATION AND ORIENTATION CLASSIFICATION AND rc ai E_ a a DESCRIPTION DATA DESCRIPTION J fm ��,�' �� tm or ARTIFICIAL FlLL IOan SILTY SAND (SM); light brown, damp, Grass at surface, some rootlets, upper 6 medium dense, fine -to mgadiunh ainaci inches is topsoil sand Color mnatchn of light gray to dark gray Abundant black Nips, slight organic odor CIAYEY SAND (SC);eaM gray, medium 16 110 dense, fine to medium�gmined sand Homogeneous sal i ta 6 Total Depth = S No Groundwater No Caving AUK Drill Hole HA- 7 IL 111111111�1111K A Project: Arroyo Park Synthetic Turf Replacement Project Log of Drill Hole HA- 8 Project Location: Arroyo Park, Newport Beach 1 Project Number: 22-241.00 Sheet 1 of 1 Date 1g10122 B gged ER ghecketl MIT y Drilling Hand Auger Methotl Dulling Earthworks Techniques, Inc. Contractor 4 Total Depth T Driil Hak Ca feat Drill Rig Hand Tools Diameter(.) S.. Appros Surface gg g Type of Hole. inGes Elevation, fi MSL Groundwater DepM Not Encountered Sampling Open drive sampler with 64mh Drill Hole Native IEleuafionl. test Mathotlls) sleeve Backfill Remarks Hole prepped.for percolation testing with 4" of gravel on bottom and presoak Percolation Dnving Method Ib hammer drop test run on this halve end D P AMPLE DATA TESTDATA o GEOLOGICAL ENGINEERING m $ x �_ CLASSIFICATION AND ORIENTATION CLASSIFICATION AND ate rg o w n DESCRIPTION DATA DESCRIPTION w m Em u �� �_ oy ARTIRCIAL FlLL loan SILTY SAND ISM): light brown, damp, -'. Gmssat surface, sane rootlets, upper 6 medium dense, fine -to medium-grainetl inches is cark brown topsail no 11 103 Abundant oodaed sand grems, Color variation of light brown to change TOPANGA FORMATION (TO SILTY SANDSTONE: reddish brown. Tight massive, no bedding obeervetl damp, nwderately hard to hard fine to s6 Refusal tlue to bedrock hardness coerce-greinetl aantl Taal Depth =4' NO Groundwater No Caving ♦.U� Drill Hole HA- 8 Project: Arroyo Park Synthetic Turf Replacement Project Log of Drill Hole HA- 9 Project Location: Arroyo Park, Newport Beach 1 Project Number: 22-241.00 Sheet 1 of 1 Data 10)y� crt Logged ER By Checked RRF By Drilling ftlNd Auger Method Drilling Earrxarques, Contractor yks TechniIni Total Depth 4.1 fe at of Drill Hale Drill Rig Hand Tools Diameters) fri Appr.x u Sou, gold Type of Hole, inches Elevation, ft MSL Groundwater Depth Not Encountered Sampling Bulk, open drive sampler with Drill Hole Rai [Elevation], feat Methotl(s) What Steve Backfill Remarks Hole preppetl for percolationtstlrg witl12" of gravel on bottom and presoak percolation Odvino Method 351b hammer tlro test run on this hot.. and D p MPLEDATA TESTDATA 16 g GEOLOGICAL ENGINEERING x °—° = 3 CLASSIFICATION AND ORIENTATION CLASSIFICATION AND A i v z✓ o w u DESCRIPTION DATA DESCRIPTION w im of 2 m yz i� ED � �o W sr- :ARTIFIGALFILLlose CLAYEY SAND IBC): daM order, 15 PS, AL, ( Grass at aedace, some rootlets, upper 6 damp, medium dense, fino- to trial EI i inches of soil is dark brown topsdl grained sand 80 Color change t light orown, some day SANDY CLAY to CLAYEY SAND (SC); us* brown, damp t mast, firm, firs. to mediumgreined no Sampler tip is sandy silt SANDY SILT wM same CLAY (ML); pale 14 110 dive, ..,at firm, tn. W medium -grained send TOPANGA FORMATION SANDY SILTSTONE; pale dive to dark inly laminahad ray, damp, soft to moderately hard, fine- mediumyrainetlsantl as No Greundwaer i No Caving 11 1 Drill Hole HA- 9 IL ■ Project: Arroyo Park Synthetic Turf Replacement Project Log of Drill Hole HA-10 Project Location: Arroyo Park, Newport Beach Project Number: 22-241.00 Sheet 1 of 1 Data 10/5/22 Boggy ER Checked ITIF Y Odllin9 Hand Auger Metotl Drilling Earthworks Technique$, Inc, Contractor Total Depth 5.0 feet f Drill Hale Drill Rig Hand Tools Diameter(s) 6.1 Approx. Surface 86.0 Type of Hole, inches Ellevation, fl MSL Groundwater Depth Not Encountered Sampling Bulk, open drive sampler with Drill Hole Native [Elevation], feet Methodts) 6-finch sleeve Backfili Remarks Hole dropped for percolagm tractile with P of gravel on bottom and presoak Percolation Driving Method 051b hemmw drop test run on this hole. antl Dro AMPLEDATAJ TESTDATA - o GEOLOGICAL ENGINEERING o e` CLASSIFICATION AND ORIENTATION CLASSIFICATION AND rc eta z^ w DESCRIPTION DATA DESCRIPTION u, Ere vtl =� �i '. ore io ow3 f ARTIFICIAL FILL Mao CIAYEY SAND (SC)', brown, damp. Angular to subround gravel up M 0.6 inches mediumdense, fine- to medium-gramed in diameter ,-1%abundance send meta fine gavel 85 Appradma[ely 2" of olive sandy clay ________________ SILTY SAND wit CLAY (SM-SC); brown. Angular to subround gravel up to 0.5 inches '. in diameter, -2%abundance damp, medium dense, fit"' to medium-grained sand. trace fine gravel 11 113 : Plastic fragments observed in cuttings 6 Homogeneous soil Total Dept = 5' No Groundwater No Caving Drill Hole HA-10 ILMEWS a A APPENDIX B Geotechnical Laboratory Procedures and Test Results Mr. Larry Ryan, RJM DESIGN GROUP Geotechnical Inmfigation, Arroyo Park Synthetic Turf Replacement Project, Newport Beach APPENDIX B GMU GEOTECHNICAL LABORATORY PROCEDURES AND TEST RESULTS MOISTURE AND DENSITY Field moisture content and in -place density were determined for each 6-inch sample sleeve of undisturbed soil material obtained from the drill holes and field moisture content was determined for each bag sample of soil material obtained from the drill holes. The field moisture content was determined in general accordance with ASTM Test Method D2216 by obtaining one-half the moisture sample from each end of the 6-inch sleeve or a representative sample from each bag. The in -place dry density of the sample was determined by using the wet weight of the entire sample. At the same time the field moisture content and in -place density were determined, the soil material at each end of the sleeve or a representative sample from each bag was classified according to the Unified. Soil Classification System. The results of the field moisture content and in -place density determinations are presented on the right-hand column of the Log of Drill Hole and are summarized on Table B-1. The results of the visual classifications were used for general reference. PARTICLE SIZE DISTRIBUTION As part of the engineering classification of the materials underlying the site, samples were tested to determine the distribution of particle sizes, specifically the percentage of material finer than 75- µm. This size represents a limit at which material larger than 75-µm classifies as sand or gravel, and material finer classifies as fines (clays or silts). The distribution was determined in general accordance with ASTM Test Method D1140 using U.S. Standard Sieve Opening No. 200. The results of these tests are contained in Appendix B. Key distribution categories (% fines; % sand, etc.) are contained on Table B-1. ATTERBERG LIMITS As part of the engineering classification of the soil material, samples of the on -site soil material were tested to determine relative plasticity. This relative plasticity is based on the Atterberg limits determined in general accordance with ASTM Test Method D4318. The results of these tests are contained in this Appendix B and also Table B-1. EXPANSION TESTS To provide a standard definition of one-dimensional expansion, a test was performed on typical on -site materials in general accordance with ASTM Test Method D 4829. The result from this test October 31, 2022 B-1 GMU Project 22-241-00 Mr. Larry Ryan, RJM DESIGN GROUP Geotechnical Investigation, Arroyo Park Synthetic Turf Replacement Project, Newport Beach procedure is reported as an "expansion index". The results of this test are contained in Appendix B and also Table B-l. CHEMICAL TESTS The corrosion potential of typical on -site materials under long-term contact with both metal and concrete was determined by chemical and electrical resistance tests. The soluble sulfate test for potential concrete corrosion was performed in general accordance with California Test Method 417, the minimum resistivity test for potential metal corrosion was performed in general accordance with California Test Method 643, and the concentration of soluble chlorides was determined in general accordance with California Test Method 422. The results of these tests are contained in Appendix B and also Table B-1. COMPACTION TESTS A bulk sample representative of the on -site materials was tested to determine the maximum dry density and optimum moisture content of the soil. These compactive characteristics were determined in general accordance with ASTM Test Method D 1557. The results of this test are contained in Appendix B and also Table B-1. October 31, 2022 B-2 GMU Project 22-241-00 |� Es CN �!;- 2 ;;;;;;;;;;;; !! f2~ �� ! III'll1l,l IIIIIII1.II IIII'll'1III III'1.IIIIII1'. . IIIIII1I.IIIIIIII1.II IIII IN 110 IIIIIIII■I IIIIIIII■II IIII11111111IIIII■IIIIIIII� IIIIIIII■I IIIIIIII�II IIII11111111IIIII■IIIIIIII■ IIIIIIII■I IIIIIIII■II IIII 11111111 IIIII■IIIIIION IIIIIIII■I IIIIIIII■II IIII11111111IIIII■IIIIIIII■ IIIIIIII■I IIII ������ IIII1111111� IIIII�IIIIIIII■ . IIIIIIII■I IIIIIIII■II IIII 1111111��III11�111111110 IIIIIIII■I IIIIIIII�II IIII11111111IIIII■IIIIIIII■ IIIIIIII■I IIIIIIII■II IIII 11111111 IIIII■IIIIIIII� , Boring Depth Geologic Symbol LL PI ClassificationNumtrer (feet) 11 GRAVEL SAND CLAY COPRSE FlNE COMSE MEDIUM FINESILT Unit HA-4 0.0 DO 26 B CLAYEY SAND (SC) FIA- 9 0.0 Daf m 29 11 CLAYEY SAND (SC) 6 0 0 0 0 0 CL or OL CH or OH "A" LIN � CL-ML ML or OL M or OH 0 mmm,m•o®mmo mmmtm■o®mmm r mmm,m•o®mmo mmmtm■o®mmm r u 0 a t i 1 w 0 a 0 10 20 30 40 50 MOISTURE CONTENT I%) `a u `s 0 5 COMPACTION TEST DATA Project: Arroyo Park Synthetic Turf Replacement Project \� 1 Project No. 22-24"0 ao sr z.ao sG=z,o 35 Barirg Number Dap[h (feat) Geologic Unit Symbol Maximum Dry Density, bet Optimum Moisture CanlerR, Classification HA-3 0.0 Oaf • 118 13 SILTY SAND (SM) APPENDIX C Percolation Test Results Dui I %3VIV Riverside/Orange County - Infiltration Test in a Boring Project Name: Arroyo Park Synthetic Turf Replacement Project, Newport Beach Project Number: 22-241-00 Test Hole Number: B-4 Total Depth : 3.83 feet Test Hole Diameter: 6.00 inches radius= 3 inches Trial Start Time End Time 1T Total Time Initial Depth of Water (Do) Final Depth of Water (of �H E4D eHavg Infi0ration Rate (min) (min) (in) (in) (in) (in) (in) (in/hour) 1 9:32 9:42 10.0 10.0 16.00 17.00 1.00 1.00 29.46 0.29 2 9:42 9:52 10.0 20.0 I6.00 17.50 1.50 2.50 29.21 0.44 3 9:52 10:02 10.0 30.0 16.00 16.50 0.50 3.00 29.71 0.14 4 10:02 10:12 10.0 40.0 16.00 16.00 0.00 3.00 29.96 0.00 5 1 10:12 1 10:22 10.0 1 50.0 1 16.00 16.50 1 0.50 3.50 1 29.71 0.14 6 10:22 1 10:32 10.0 60.0 16.00 16.25 0.25 3.75 29.84 0.07 7 10:32 10:42 10.0 70.0 16.00 16.25 0.25 4.00 29.84 0.07 8 10:42 10:52 10.0 80.0 16.00 16.25 0.25 4.25 29.84 0.07 9 10:52 11:02 10.0 90.0 16.00 16.50 0.50 4.75 29.71 0.14 10 11:02 11:12 10.0 100.0 16.00 16.25 0.25 5.00 29.835 0.07 11 11:12 11:22 10.0 110.0 16.00 16.25 0.25 5.25 29.835 0.07 12 11:22 11:32 10.0 120.0 16.00 16.25 0.25 5.50 29.835 0.07 13 11:32 11:42 10.0 130.0 16.00 16.25 0.25 5.75 29.835 0.07 14 11.42 11:52 10.0 140.0 16.00 16.50 0.50 6.25 29.71 0.14 15 11:52 12:02 10.0 150.0 16.00 16.50 0.50 6.75 29.71 0.14 16 12:18 12:48 30.0 180.0 16.00 17.00 1.00 7.75 29.46 0.10 17 12:48 1:18 30.0 210.0 16.00 17.25 1.25 9.00 29.335 0.12 I8 1,18 1:48 30.0 240.0 16.00 17.00 1.00 10.00 29.46 0.10 19 1:48 1 2:18 30.0 270.0 16.00 17.25 1.25 11.25 29.335 0.12 Average Infiltration Rate (in/hour) 0.11 0 c 0 m 0 0 N O ' � O N I � C O •Ln Ln W L it O O i O m O 000 O O O 0 O m 0 N 0 ul O m O Lq V V m m N N li -i O O O O O O O O O O O O O (jn04/ul) atey uoi;eJ;li;ul Riverside/Orange County- Infiltration Test in a Borine Project Name: Arroyo Park Synthetic Turf Replacement Project, Newport Beach Project Number: 22-241-00 Test Hole Number: B-8 Total Depth : 3.42 feet Test Hole Diameter: 6.00 inches radius= 3 inches Trial StartTime Entl Time AT Total Time Initial Depth of Water (DO) Final Depth of Water(00 AH SAD dHavg Infiltration Rate (min) (min) (in) (in) (in) (in) (in) (in/hour) 1 9:36 9:46 10.0 10.0 9.00 15.50 6.50 6.50 28.79 1.93 2 9:46 9:56 10.0 20.0 9.00 13.50 4.50 11.00 2939 1.29 3 9:56 10:06 10.0 30.0 9.00 12.50 3.50 14.50 30.29 0.99 4 10:06 10:16 10.0 40.0 9.00 12.50 3.50 18.00 30.29 0.99 5 10:16 10:26 10.0 1 50.0 1 9.00 11.50 1 2.50 20.50 30.79 0.70 6 10:26 10:36 10.0 60.0 9.00 11.25 2.25 22.75 30.92 0.62 7 10:36 10:06 10.0 70.0 9.00 11.75 2.75 25.50 30.67 0.77 8 10:46 10:56 10.0 80.0 9.00 11.50 2.50 28.00 30.79 0.70 9 10:56 11:06 10.0 90.0 9.00 11.25 2.25 30.25 30.92 0.62 10 11:06 11:16 10.0 100.0 9.00 12.25 3.25 33.50 30.415 0.92 11 11:16 11:26 10.0 110.0 9.00 12.25 3.25 36.75 30.415 0.92 12 11:26 11:36 10.0 120.0 9.00 11.25 2.25 39.00 30.915 0.62 13 11:36 11:46 10.0 130.0 9.00 11.75 2.75 41.75 30.665 0.77 14 11:46 11:56 10.0 140.0 9.00 11.75 2.75 44.50 30.665 0.77 15 11:56 12:06 10.0 150.0 9.00 11.75 2.75 47.25 30.665 0.77 16 12:20 12.10 30.0 180.0 9.00 15.25 6.25 53.50 28.915RO.76 17 12:50 1:20 30.0 210.0 9.00 15.50 6.50 60.00 28.79 18 1.20 1,50 30.0 240.0 9.00 15.25 6.25 66.25 28.915 19 1:50 2:20 30.0 270.0 9.00 16.50 7.50 73.75 28.29 Average Infiltration Rate (in/hour) 0.63 Riverside/Orange County - Infiltration Test in a Boring Project Name: Arroyo Park Synthetic Turf Replacement Project, Newport Beach Project Number: 22-241-00 Test Hale Number: B-9 Total Depth: 3.00 feet Test Hole Diameter: 6.00 inches radius= 3 inches Trial StartTime End Time AT Total Time Initial Depth Of Water (DO) Final Depth of Water (of AH F0D dHavg Infiltration Rate (min) (min) (in) (in) (in) (in) (in) (in/hour) 1 9:40 9:50 10.0 10.0 6.00 10.00 4.00 4.00 28.00 1.22 2 9:50 10:00 10.0 20.0 6.00 7.00 1.00 5.00 29.50 0.29 3 10:00 10:10 10.0 30.0 6.00 7.00 1.00 6.00 29.50 0.29 4 10:10 10:20 10.0 40.0 6.00 7.00 1.00 7.00 29.50 0.29 5 1 10:20 10:30 10.0 1 50.0 1 6.00 6.50 L 0.50 1 7.50 29.75 1 0.14 6 1 10:30 10:40 10.0 60.0 6.00 6.50 0.50 8.00 29.75 0.14 7 1OAO 10:50 10.0 70.0 6.00 6.75 0.75 8.75 29.63 0.22 8 10:50 11:00 10.0 80.0 6.00 6.75 0.75 9.50 29.63 0.22 9 11:00 11:10 10.0 90.0 6.00 6.75 0.75 10.25 29.63 0.22 SO 11:10 11:20 10.0 100.0 6.00 6.75 0.75 11.00 29.625 0.22 11 11:20 11:30 10.0 110.0 6.00 6.75 0.75 11.75 29.625 0.22 12 11:30 11:40 10.0 120.0 6.00 6.75 0.75 12.50 29.625 0.22 13 11:40 11:50 10.0 130.0 6.00 6.50 0.50 13.00 29.75 0.14 14 11:50 12:00 10.0 140.0 6.00 6.75 0.75 13.75 29.625 0.22 15 12:00 12:10 10.0 150.0 6.00 6.75 0.75 14.50 29.625 0.22 16 12:22 12:52 30.0 180.0 6.00 8.25 2.25 16.75 28.875 0.22 17 12,52 1 122 30.0 210.0 1 6.00 8.25 2.25 19.00 28.875 0.22 18 1:22 1152 30.0 240.0 6.00 8.25 2.25 21.25 28.875 0.22 19 1:52 2:22 30.0 270.0 6.00 8.25 2.25 23.50 1 28.875 0.22 Average lnfitration Rate(in/hour) 0.22 0 a N C O O H Riverside/Orange County - Infiltration Test In a Boring Project Name: Arroyo Park Synthetic Turf Replacement Project, Newport Beach Project Number: 22-241-00 Test Hole Number: B-10 Total Depth: 4.59 feet Test Hole Diameter: 6.00 inches radius= 3 inches Trial StartTime End Time AT Total Time Initial Depth of Water (DO) Final Depth of Water(Df) AH y4D AHav g Infiltration Rate (min) (min) (in) (in) (in) (in) (in) (in/hour) 1 9:44 9:54 10.0 10.0 25.00 26.50 1.50 1.50 29.21 0.44 2 9:54 10:04 10.0 20.0 25.00 25.50 0.50 2.00 29.71 0.14 3 10:04 10:14 10.0 30.0 25.00 25.50 0.50 2.50 29.71 0.14 4 10:14 10:24 10.0 40.0 25.00 25.50 0.50 3.00 29.71 0.14 S 1 10:24 10:34 10.0 1 50.0 1 25.00 25.50 0.50 3.50 29.71 1 0.14 6 10:34 10:44 10.0 60.0 25.00 25.50 0.50 4.00 29.71 0.14 7 10:44 10:54 10.0 70.0 25.00 25.50 0.50 4.50 29.71 0.14 8 10:54 11:04 10.0 80.0 25.00 25.75 0.75 5.25 29.59 0.22 9 11:04 11:14 10.0 90.0 25.00 25.50 0.50 5.75 29.71 0.14 10 11:14 11:24 10.0 100.0 25.00 25.75 0.75 6.50 29.585 0.22 11 11:24 11:34 10.0 110.0 25.00 25.50 0.50 7.00 29.71 0.14 12 11:34 11:44 10.0 120.0 25.00 25.50 0.50 7.50 29.71 0.14 13 11:44 11:54 10.0 130.0 25.00 25.50 0.50 8.00 29.71 0.14 14 11:54 12:04 10.0 140.0 25.00 25.25 0.25 8.25 29.835 0.07 15 12:04 12:14 10.0 150.0 25.00 25.25 0.25 8.50 29.835 0.07 16 12:24 12:54 30.0 180.0 25.00 26.50 1.50 10.00 21.21 0.15 17 12:54 1:24 30.0 210.0 25.00 26.75 1.75 11.75 29.085 0.17 I8 1,24 1,54 30.0 240.0 25.00 26.50 1.50 1 13.25 1 29.21 1 0.15 19 1:54 2:24 30.0 270.0 25.00 26.75 1.75 15.00 1 29.085 1 0.17 Average Infiltration Rate(in/hour) 0.16 Public Works Parks Division Standard Irrigation Materials List 5-2022 Controller Toro DXi-Laguna Irrigation Controller with Cellular Communication httos://cdn2.toro.com/en/-/media/F ites/Torolorofessional-contractor/Controllers/DXi-Co ntrol ler/21- 1196-IRC-DXi-Controller-SS-new. ashx Contact Toro/Rain Master Scott Kvle 949-212-8013 Battery Powered Irrigation Controller Toro DDCWP Battery Powered Controller Hunter XC Hybrid Battery Powered Controller w/Solar Panel Kit Heads Toro 570Z-PRX-COM Pop -Up Rain Bird 5000 Rotor Rain Bird 8005 Rotor Drip Irrigation Rain Bird Xerigation Landscape Drip Rain Bird XCZ-100-PRF Drip Zone Kit Rain Bird XF Dripline - 0.9 GPH, 12 in. Spacing Miscellaneous Febco 825Y RP Spears # DS-100 Dri-Splice Connectors with crimp sleeves Spears # DS-300 Dri-Splice Sealant Rain Bird #44 or #33 Quick Coupler Valve with Vinyl Cover Rainbird EFB-CP Series Valve with DC Latching Solenoid (Battery Controllers Only) Griswold OW Series Valve (Control Valve) Griswold DW Series Valve with DC latching solenoid (use with battery -powered controller) Griswold 2160 Solenoid Valve (Normally Open Master Valve) Griswold 2000 Solenoid Valve (Normally Closed Master Valve) Matco 754 Series Full Port Ball Valve Schedule 40 PVC Lateral Pipes Class 315 Main Supply Pipe (2' and larger) Schedule 40 PVC Main Supply Pipe (1-1/2' and smaller) Rectangle Valve Box-Plastic-18' L x 12" W x 12" D Round Valve Box-Plastic-10" Control Wire-14 AWG U.F. 600-Volt Direct Burial Copperwith PVC Insulation. Rain Master Flow Sensor - http://rainmaster.com/odf/SellSheet-FlowSensors.odf EV-CAB-SEN — Rain Master Flow Sensing Cable, 3M-DBRN-6 Connectors