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