HomeMy WebLinkAboutC-3118 - Balboa Boulevard Reconstruction, 14th to 16th StreetLl
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
September 24,1997
Clayton Engineering
3661 Spruce Street
Newport Beach, CA 92660
(714) 644 -3005
Subject: Contract No. 3118 - Balboa Boulevard Street
Reconstruction from 14th Street to 161h Street
On August 11, 1997, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion and
to release the bonds 35 days after the Notice of Completion has been recorded in
accordance with applicable portions of the Civil Code.
The Notice of Completion was recorded by the Orange County Recorder on
August 20, 1997, Reference No. 19970403152. The Surety for the contract is
Continental Casualty Company, and the bond number is 158289582.
Sincerely,
LaVonne M. Harkless, CMC/ AAE
City Clerk
LH:lm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTE0Y AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newwpport Beach le 3300 Newp each, 92663
Newport BB
Recorded in the Coy of Orange, California
Gary L. Granville. Clerk /Recorder
IUI' l!�!lu "�Il +ili,;lliP!I[IIIii[ II 11111!�Jl$ No Fee
19970403152 12.33pm 081/20/97
005 28003199 28 49
N12 1 7.00 0 "00 0.00 0.00 0.00 0.00
"Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
Clayton Engineering as
Contractor, entered into a Contract on December 9, 1996
Said Contract set forth certain improvements, as follows:
Balboa Boulevard Street Reconstruction from 14th Street to 16th Street -
Contract No. 3118 _
Work on said Contract was completed on May 22 1997
and was found to be acceptable on August 11 1997
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Continental
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on
Newport Beach, California.
BY
City Clerk
, at
August 11, 1997
7 CITY COUNCIL AGENDA
ITEM NO. 6
A'' OUVED
TO: Mayor and City Council Members
FROM: Public Works Department
SUBJECT: COMPLETION AND ACCEPTANCE OF BALBOA BOULEVARD STREET
RECONSTRUCTION FROM 14TH STREET TO 16TH STREET,
CONTRACT NO. 3118
RECOMMENDATIONS:
Accept the work, and authorize the City Clerk to file a Notice of Completion and release
the bonds 35 days after the Notice of Completion has been recorded in accordance
with applicable portions of the Civil Code.
DISCUSSION:
On December 9, 1996, the City Council authorized the award of the Balboa Street
Reconstruction Project to Clayton Engineering Inc. of Newport Beach, California. The
contract provided for complete roadway reconstruction, landscaping and drainage
improvements to Balboa Boulevard from 14th Street to 16th Street. The contract has
now been completed to the satisfaction of the Public Works Department. A summary of
the contract cost is as follows:
Original bid amount: $776,544.90
Actual amount of bid items constructed: 782,695.70
Total amount of change orders: 15,315.11
Final contract cost: $798,010.81
The increase of $6,151.70 in the actual bid items over the estimated bid items
constructed resulted primarily from the removal of Portland Cement Pavement over the
estimate quantity. The final overall construction cost including change orders was 2.8%
over the original bid amount.
The following seven (7) change orders were issued to complete the project:
1. A change order in the amount of $1,000.00 provided for use of solar powered
flashing arrow boards in lieu diesel powered boards for the duration of the lane
closures on Balboa Boulevard.
2. A change order in the amount of $1,154.45 provided for a storm drain modificatior
due to an unknown underground conflict.
SUBJECT: COMPLETION ACCEPTANCE OF BALBOA BOULEVARDWEET RECONSTRUCTION FROM
14TH STREET T 16TH STREET, CONTRACT NO. 3118
August 11, 1997
Page 2
3. A change order in the amount of $543.95 provided for removal and disposal of an
old gas line within the new roadway section.
4. A change order in the amount of $576.61 provided for installation of a storm drain
lateral tie -in into parking lot.
5. A change order in the amount of $3,250.90 provided for contractor's down time for
storm drain modification in Balboa Boulevard and 15th Street.
6. A change order in the amount of $8,236.80 provided for installation of traffic loops
and related items at Balboa Boulevard and 15th Street.
7. A change order in the amount of $552.40 provided for installation of a drain into an
existing catch basin to eliminate nuisance water being pumped from the
Elementary School basement into the roadway.
Funds for the project were budgeted in the General Fund, Gas Tax Fund and Measure
M Fund as follows:
Account
Description
Account
Number
Budget
Amount
Actual
Expenditures
Storm Drain Improvement Program
7012- C5100008
$ 58,555.56
$58,555.56
Balboa Boulevard 14'" to 16" Streets
7181- C5100342
397,989.34
389,455.25
Balboa Boulevard 14`" to 16" Streets
7281- C5100342
350,000.00
350,000.00
TOTAL
$806,544.90
$798,010.81
Approximately $8,500 remains in the Gas Tax funding portion for this project.
The contract specified completion of all work within 90 consecutive working days. All
work was completed on May 22,1997, the specified completion date.
Respectfully submitted,
QJ
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By ftAX/-"jZE
Horst Mawaty
Construction Engineer
i
w
0
IM
C
U
H
C
0
I!
f
Z U
�z
a�
'O
�1
J
JJ
1�
r r
�r
1~
L�- r
Z n,$dj S ILL a T!
IL I
J
ILL9 T
Kzz r
Itz I'I
z
¢
W
U
O
A
w
v
a
0
N
a
¢
v
Q�
P
T O
�E-
� U
Q �
Cv CY'
H
Q
JC)
0,
IL I
J
ILL9 T
Kzz r
Itz I'I
z
¢
W
U
O
A
w
v
a
0
N
a
¢
v
Q�
P
T O
�E-
� U
Q �
Cv CY'
H
Q
•
i
4
December 9, 1996
PITY COUNCIL AGENDA
ITEM NO. 3
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: BALBOA BOULEVARD STREET RECONSTRUCTION FROM 14TH
STREET TO 16TH STREET - CONTRACT NO. 3118
RECOMMENDATION:
Award Contract No. 3118 to Clayton Engineering for the total price of $776,544.90 and
provide for a contract contingency amount of $38,850.00 for unexpected conditions, and
authorize the Mayor and the City Clerk to execute the Contract.
DISCUSSION:
At 11:00 A.M. on November 26, 1996, the City Clerk opened and read the following bids for
this project:
Low
2
3
4
5
6
7
8
9
Bidder
Clayton Engineering Inc.
Gillespie Construction Inc.
Sequel Contractors Inc.
Damon Construction Co.
Holland- Lowe Const. Inc.
Nobest, Inc.
Los Angeles Engineering
Excel Paving
All American Asphalt
' Corrected Value
Alternate A
$785,104.90'
$814,291.20'
$833,536.00
$892,083.00
$892,083.00'
$955,788.00
$963,118.00'
$978,027.50
$982,970.00
Alternate B
$ 776,544.90'
$ 833,401.20'
$ 868,406.00
$ 923,768.00
$ 923,768.00'
$ 948,940.50
$ 972,478.00'
$1,029,667.50
$ 978,825.00
The low bidder is 4% above the Engineer's estimate of $744,675.00. Alternate A would allow
the Contractor to use Reinforced Concrete Pipe for the storm drain construction, while
Alternate B would allow the Contractor to use P.V.C. pipe with concrete encasement, for the
storm drain construction. Staff has chosen Alternate B due to it's lower cost and
appropriateness for this project.
a i
SUBJECT: BALBOA BOULEVARD STREET RECONSTRUCTION FROM 14TH STREET TO 16TH STREET
CONTRACT NO. 3118
December 9, 1996
Page 2
The low bidder, Clayton Engineering Inc., is a well - qualified general contractor who has
successfully completed previous contracts for the City.
The Balboa Boulevard reconstruction from 14th to 16th Street will be an extension of the
improvements constructed from 12th to 14th Street in 1995. The project will eliminate
drainage problems and standing water associated with the street and provide positive
drainage into the bay. Staff has received a wavier of permit requirements from the Coastal
Commission with a condition that the work be completed before Memorial Day, 1997. Staff
also met with the adjacent residents and homeowners on November 5, 1996 and discussed
the project.
The Balboa Boulevard improvements include the removal and reconstruction of 55,000
square feet of pavement, 8,000 square feet of sidewalk, replacement of street lights,
construction of 8 catch basins, installation of 2,100 feet of storm drains and landscaping of
the new roadway medians and parkways. The location of the work is shown on the attached
Exhibit "A ".
Sufficient funds for this project are available in the following accounts:
Account Number Funding Source Amount
7181- C5100342 Gas Tax $400,000.00
7281- C5100342 Measure M Turnback $350,000.00
7012- C5100008 Storm Drain Improvement $ 65.394.90
Total
Resp�ectfuulllyy submitted,
6
PUBLIC WORKS DEPARTMENT
Don Webb, Director
by:
Stephe Luy
Associate Civil Engineer
Attachment: Exhibit A
$850,000.00
1r�
u
�.J
City Clerk's Copy
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
at 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, Ca. 92658 -8915
until 11 :00 a.m. on the 26th day of November. 1996,
at which time such bids shall be opened and read for
BALBOA BOULEVARD STREET RECONSTRUCTION
FROM 14TH STREET TO 16TH STREET
Title of Project
3118
Contract Number
$750,000.00
Engineer's Estimate Alt. A
$744,675.00
Engineer's Estimate Alt. B
C
r
V
\1- f FORr/
Z
Approved by the City Council
3t 2 th day of O t0ber,1996
LaVonne Harkless
City Clerk
Prospective bidders may obtain one set of bid documents at no cost at the
office of the Public Works Department, 3300 Newport Boulevard, P. O. Box
1768, Newport Beach, CA 92658 -8915.
For further information, call Stephen Luy at 644 -3330.
Project Manager
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
REVISED PROPOSAL
BALBOA BOULEVARD RECONSTRUCTION
14TH TO 16TH STREET
CONTRACT NO. 3118
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
PO Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
PR 1.1
The undersigned declares that he has carefully examined the location of the work, that
he has examined the Plans and Special Provisions, and hereby proposes to furnish all
materials and do all work required to complete Contract No. 3118 in accordance with
the Plans and Specifications, and that he will. take in full payment therefore the
following unit price for the completed item of work, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. LUMP SUM Mobilization
Forty Thousand Dollars
and
No Cents $40,000 $40,000
2. 26,000 SF Remove PCC Pavement
One _ Dollars
and
Fifteen Cents $ 1.15 $ 29,900
3. 29,000 SF Remove AC Pavement
No Dollars
and
Fifty Cents S 0.50 S 14,500
• • PR 1.2
4.
10,000 SF
Remove PCC Sidewalk,
Driveway and Alley Approaches
No
Dollars
and
$ 0.55
S
5,500
Fifty -five
Cents
5.
3,800 LF
Remove PCC Curb
Two
Dollars
and
No
Cents
$ 2.00
$
7,600
6.
LUMP SUM
Remove and salvage street signs
and street lights
Five hundred fifty
Dollars
and
$ 550
$
550
No _
Cents
7.
LUMP SUM
Unclassified excavation
Twenty three thousand
Dollars
and
No
Cents
$ 23,000
$
23,000
8.
8 EA
Remove catch basin
Four hundred fifty
Dollars
and
No
Cents
$ 450
$
3,600
9.
1,050 LF
Remove storm drain pipe
Eight
Dollars
and
Fifty
Cents
$ 8.50
$
8,925
10.
5 EA
Adjust manhole to grade
Three hundred eighty five
Dollars
and
No
Cents
$ 385
$
1,925
11.
LUMP SUM
Provide traffic control and delineation
Sixteen thousand five hundred
Dollars
and
No
Cents
$ 16,500
$
16,500
• • PR 1.3
12. 1,100
Construct asphaltic concrete base course
TONS
(4 1/2")
and
Thirty four Dollars
and S 34.30
S 37,730
2.35
Thirty Cents
89,300
13. 500 TONS
Construct asphaltic concrete surface
course (2 ")
on sheet 2
Thirty five Dollars
and
Eighty five Cents S 35.85
$ 17,925
14. 2,500
Construct aggregate base course;
TONS
Sixty Cents
$
Twenty two Dollars
$
43,470
and
ni„ Cents S 22.00
$ 55,000
15. 38,000 SF Construct PCC pavement
Two Dollars
and
Thirty five Cents
$
2.35
$
89,300
16. 3,450 LF Construct PCC curb and gutter per detail
on sheet 2
Twelve Dollars
and
Sixty Cents
$
12.60
$
43,470
17. 1,650 SF Construct PCC cross gutter per detail
on sheet 2
Three Dollars
and
No Cents
$
3.00
$
4,950
18. 7 EA Construct 4" PCC access ramp
One hundred sixty five Dollars
and
Nn Cents
$
165
$
1,155
PR 1.4
19. 1,500 SF Construct PCC driveway and
alley approaches
Two Dollars
and
Ninety Gents
$
2.90
$
4,350
20.
8,500 SF
Construct 4" PCC sidewalk
Two _ Dollars
and
Sixty Cents
$
2.60
$
22,100
21.
24 LF
Construct PCC curb at manhole
per detail on sheet 2
Nine Dollars
and
Thirty five Cents
$
9.35
$
224.40
22.
17 EA
Reinstall parking meter post per
CNB Standard 920 -L
One hundred forty Dollars
and
No Cents
$
140
$
2,380
23.
9 EA
Install 3" PVC (Schedule 40)
sign post sleeve
Fifty Dollars
and
No Cents
$
50
$
450
24.
LUMP SUM
Install thermoplastic traffic striping
and pavement markings
Three thousand seven hundred Dollars
and
No Cents
$
3,700
$
3,700
25.
LUMP SUM
Paint parking stall pavement markings
One thousand eight hundred twenu Dollars
and
No Cents
$
1,820
$
1,820
PR 1.5
26. LUMP SUM Install raised pavement markers
Three hundred eighty five Dollars
and
No Cents $ 385 $ 385
27.
14 EA
Construct modified catch basin
per details 1 !SD -3 and 1 A(SD -3
Twenty six hundred forty Dollars
and
No _ Cents
$ 2,640
$
36,960
28,
45 LF
Construct 12" RCP (2000D) with
rubber gasket joints
Sixty three Dollars
and
No Cents
$ 63
$
2,835
28A.
45 LF
Construct 12" PVC (C -900) with
PCC encasement
Seventy nine Dollars
and
No Cents
$ 79
$
3,555
29.
1,650 LF
Construct 18" RCP (1500D) with
rubber gasket joints including
backfill and encasement
Seventy eight Dollars
and
Eighty Cents
$ 78.80
$
130,020
29A.
2,030 LF
Construct 18" PVC (C -900) with
PCC encasement
Seventy five Dollars
and
No Cents
$ 75
$
152,250
30,
275 LF
Construct 18" RCP (2000D) with
rubber gasket joints including
backfill and encasement
Eighty nine Dollars
and
No Cents
$ 89
$
24,475
PR 1.6
31 . 105 LF Construct 18" RCP (2000D) with
mortar joints with concrete slurry
bedding and backfill
Sixty seven Dollars
and
No Cents $ 67 $ 7,035
32. 2 EA Construct junction structure per
CNB Std. 307 -L
Seventeen hundred fifty Dollars
and
No Cents $ 1,750 $ 3,500
33. 3 EA Construct median catch basin
with North and South inlets
per detail 4 /SD -3
Thirty one hundred Dollars
and
No Cents $ 3,100 $ 9,300
34. 2 EA Construct median catch basin
with North and South inlets
per detail 2 /SD -3
Twenty nine hundred Dollars
and
No Cents $ 2,900 $ 5,800
35. 2 EA Construct median catch basin
with North inlet only
per detail 4 /SD -3
Thirty one hundred Dollars
and
No Cents $ 3,100 $ 6,200
36. 1 EA Construct median catch basin
with south inlet only
per detail 4 /SD -3
Thirty one hundred _ Dollars
and
No Cents $ 3,100 $ 3,100
0 • PR 1.7
37. LUMP SUM Install irrigation system and
connect valves to existing wiring
Thirty three thousand Dollars
and
No Cents
38. 3,900 SF Construct stamped concrete
per landscape plan
$ 33,000 $ 33,000
Three Dollars
and
Twenty five Cents
$
3.25
$
12,675
39.
11 EA
Construct tree well grates
per landscape plan
Five hundred fifty Dollars
and
No Cents
$
550
$
6,050
40.
7 EA
Relocate existing palm tree
per landscape plan
One thousand fifty Dollars
and
No Cents
$
1,050
$
7,350
41.
6 EA
Provide and install new palm trees
per landscape plan
Seven hundred twenty Dollars
and
No Cents
$
720
$
4,320
42.
1 1 EA
Provide and install New Zealand Christmas
tree per landscape plan
Three hundred fifty eight Dollars
and
No Cents
$
358
$
3,938
43.
375 EA
Provide and install 5 gallon shrubs
Sixteen Dollars
and
Fifty Cents
$
16.50
$
6,187.50
49. LUMP SUM N.P.D.E.S. Compliance
Five hundred Dollars
and
No Cents $ 500 $ 500
PR 1.8
44.
2,100 LF
Construct 1 1/4" PVC Sch. 80 per
CNB Std. 204 -L and conductors
Six Dollars
and
Seventy five Cents
$
6.75
$ 14,175
45.
3 EA
Construct street light pull box per
CNB Std. 205 -L ( #3 1/2)
One hundred twenty Dollars
and
No Cents
$
120
S 360
46.
2 EA
Construct street light pull box per
CNB Std. 205 -L ( #5F)
Two hundred twenty five Dollars
and
No Cents
$
225
$ 450
47.
2 EA
Construct street light per
CNB Std. 201 -L
Thirty five hundred Dollars
and
No Cents
$
3,500
$ 7,000
48.
1 EA
Construct sewer cleanout cover
per applicable portions of
CNB Std. 511 -L. Triangular cover
with "S" on top
Four hundred fifty Dollars
and
No Cents
$
450
$ 450
49. LUMP SUM N.P.D.E.S. Compliance
Five hundred Dollars
and
No Cents $ 500 $ 500
0
PR 1.9
50. LUMP SUM Shoring
Thirty eight hundred Dollars
and
No Cents $ 3,800 $ 3,800
51. LUMP SUM Dewatering
Ten thousand Dollars
and
No Cents $ 10,000 $ 10,000
52. 1 EA Remove manhole
Forty five hundred fifty Dollars
and
No Cents $ 4,550 $ 4,550
53. 17 EA Remove and salvage parking
meter posts
Fifteen Dollars
and
No Cents $ 15 $ 255
54. LUMP SUM Support existing sewer main in
place per APWD Std. 224
Thirty eight hundred Dollars
and
No Cents $ 3,800
TOTAL BID PRICE IN WRITTEN WORDS
(Alt. A, not including items 28A & 29A.)
Seven hundred eighty five thousand twenty four Dollars
and
Ninetv Cents $ 785,024.90
Total Bid Price in Figures
Alternate A
TOTAL BID PRICE IN WRITTEN WORDS
(Alt. B, not including items 28, 29, 30 & 31.)
Seven hundred seventy six thousand four hundred sixty four Dollars
and
Ninety _ Cents $ 776,464.90
Total Bid Price in Figures
Alternate 13
0
E
Bidder's Name Clayton Engineering, Inc.
Bidder's Address 3661 Spruce St., Newport Beach, CA 92660
Bidder's Telephone Number 714/863 -0202
Contractor's License No. & Classification 476125 A, B
PR 1.10
11/22/96 s /Steven M. Murow, Executive Vice President
Date Authorized Signature and Title.
i •
Page 2
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
PROPOSAL (Page 1)
INSTRUCTIONS TO BIDDERS (Page 2)
DESIGNATION OF SUBCONTRACTORS (Page 3)
BIDDER'S BOND (Page 4)
NON - COLLUSION AFFIDAVIT (Page 5)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6)
except that cash, certified check or cashier's check (sum not less than 10% of the total bid price)
may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed
Bid" shall be clearly marked on the outside of the envelope containing the documents.
The City of Newport Beach will not permit a substitute format for the documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570.
The estimated quantities indicated in the PROPOSAL are approximate, and are given
solely to allow the comparison of total bid prices.
Bids are to be computed upon the estimated quantities indicated in the PROPOSAL
multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and
figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of
estimated quantity by unit price, the correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held responsible for bidder errors
and omissions in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or all bids and to waive any
minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract. The securities shall be deposited
in a state or federal chartered bank in California, as the escrow agent.
In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or mechanic needed to
execute the contract. A copy of said determination is available in the office of the City Clerk. All
parties to the contract shall be governed by all provisions of the California Labor Code relating to
prevailing wage rates (Sections 1770 -7981 inclusive).
z A_
0 9
Page 2A
The Contractor shall be responsible for insuring compliance with provisions of Section
1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act."
All documents shall bear 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.
476125 A. B
Contractor's License No. & Classification
Clayton Engineering Inc
Bidder
11/22/96
Date
5 ;31
s /Steven M. Murow, Executive Vice President
Authorized Signature/Title
0
0
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and /or the Standard
Specifications for Public Works Construction, as applicable.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these subcontractors
will be used subject to the approval of the Engineer and in accordance with State law. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach.
Subcontract Work
Subcontractor
Address
1. Sign & Striping S & S Sign Co 822 W Katella Orange
2. Concrete A & S Cement Contr. 8140 Monroe Stanton
3. Stamped Concrete C J Construction 14730 Firestone, La Mirada
4. Struct. Concrete Western Structure 5064 Etiwanda, Mira Loma
5. Electrical Moore Electric 463 N. Smith Corona
6. Landscape Star Landscape 1300 Beechwood Fullerton
7,
8.
9.
10.
11.
12.
Clayton Engineering Inc.
Bidder
s %ez
s /Steven M Murow, Exec. Vice President
Authorized Signature/Title
11
CNA INSURANCE COMPANIES
BID BOND
KNOW ALL MEN BY THESE PRESENTS: That we Clayton Engineering, Inc.
and Continental Casualty Company
, Principal,
Surety, are held and firm ly bound unto
City of Newport Beach , Obligee,
In the sum of
Ten Percent of the Total Amount Bid ------------------------------ - - - - -- Dollars ($- - - -10% ------ - - - - -)
for the payment of which we bind ourselves, our legal representatives, successors and assigns,
Jointly and severalty, firmly by these presents.
for
WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract
Balboa Boulevard Street Reconstruction
NOW, THEREFORE, it the said contract be awarded to Principal and Principal shall, within
such time as may be specified, enter into the contract in writing and give such bond or bonds as
may be specified in the bidding or contract documents with surety acceptable to Obligee; or If
Principal shall fall to do so, pay to Obligee the damages which Obligee may suffer by reason of
such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to
remain in full force and effect.
Signed, sealed and dated
November 21, 1996
e- 23054 -c
CNA
ra Ali the Cormkm uYmMake'
Clayton Engineering, Inc
(Princip
by ( J (Seal)
Continental Casualty Company
(Surety)
by
Jeff K. �✓1��dc
G W Attorney -In -Fact
Continental Casualty Compey
CNA
For All the Commitments You Make"
AN ILLINOIS CORPORATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporatlon duly organized and existing under the laws
of the State of Illinois, and having Its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute
and
of
Its true and lawful Attorney- In-factwith full power and authority hereby conferred to sign, seal and execute In its behalf bonds, undertakings
and other obligatory Instruments of similar nature
- In Unlimited Amounts -
f COMPANY thereby as fully and to the same extent as If such instruments were 5'
CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority
This Powerof Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors
of the Company. -
"Article IX— Execution of Documents
Section 3. Appointment of Attomey -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group
Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act In behalf of the Company in the execution
of policies of insurance, bonds, undertakings and other obligatorryy instruments of like nature. Such attorneys -in -fact, sub act to the
limitations set forth ln their respective certificates of authority, shallhave full power lo bind the f : ompanybyylheirsignaturean execution
of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Dlrectors, the President or any
Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given
to any attorney -in -fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of the Company at a meeting duly called and held - the 17th day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may
be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the
Secretary or an Assistant Secretary and the seal 03 the Company maybe affixed by facsimile to any certificate of any such power, and
any such power or certificate bearingg such facsimile signature and seal shall be valid and binding on the Company. Any such power
so executed and sealed and certifled by certificate so executed and sealed shall, with respect to any bond or undertaking to which
it is attached, continue to be valid and binding on the Company.'
In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Group Vice President and
its corporate seal to be hereto affixed on this Roth day of March '19-94-
} CONTINENTAL CASUAL MPANY
State of Illinois i ss
County of Cook I w•�,r ^�
sFx
re91
M. G.. t nnahme Group Vice President.
On this Roth day of March 9-14, before me personally came
M. C. Vonnahme, to me known who, being by me duly swom, did depose and say: that he resides in the Village of Downers Grove, Slate
of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, the corporation described In and which executed
the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that
it was so affixed Pursuant to the said Instrument Is such corporate seal; that It was so affixed pursuant to authority given by the Board
of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and
deed of said corporation. o. o
o�
r
r�irel�ic ..
Lin a C. Dempsey N ary Public.
My Commission Expires Octobe ,
CERTIFICATE
I, George R. Hobaugh, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power o Atlo ney hereln
above set forth is still In force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Re lion of the
Board of Directors, set forth in said Power of Attorney are still in fD.co. In testimony whereof I have hereunto subscribed my name and affixed
the seal of the said Company this 21 St day of __ November ,199,
Geo� rge R.obaugh Assistant ary.
Form 1.23142 -B frp1� INV. i G-59200-D
0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Orange
0
On November 21, 1996 before me, Patrice Zeis, Notary Public
DATE NAME, TITLE OF OFFICER - E.G.,'JMIE DOE, NOTARY PU9IJC-
personally appeared Jeffrey R. Gryde
NAMEIS) Of SM"ENS)
® personally known to me - X1aTXr�SikdSXdG kC�416t314iXC�i4C�plr)jrxl4ice
to be the personM whose nameM isball
subscribed to the within instrument and ac-
knowledged to me that he/XK9/Zdy executed
the same in hisAPOOt W& authorized
capacityp 913 and that by, hisXWXKMr
signatureN) on the instrument the personQs),
PA71 #CEZEjS or the entity upon behalf of which the
C0� 1087195 personM acted, executed the Instrument.
MYtamt�,couxry�
� ti
WITNESS my hand and official seal.
�Ikz�
.. IONATURE OF NOTARY
OPTIONAL
Nu 6907
Though the data below is not required by law, It may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TGLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAWCONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
W VAE OF PERSON(s) OR ENRTY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Cer*Da Party, CA 913047184
0
State of
County of
nsir4-
On « 26 0g before me, K _-
DATE) INAMErnTLE OF FF CER i.a. "JANE DOE, NOTARY PUBLIC-)
personally appeared s�7/�l'- /. Xtcl
IN EIS) OF SIGNERISI)
9—personally known to me -GR n the
BI • Is
av+derTSe to be the
person whose nameW
Is /are subscribed to the
within instrument and
acknowledged to me that
he /siaeftht=y-executed the
same in his /he+ftheir
authorized capacity(ieaf,
=WNO.b CUMMINGS and that by his /kerftheir
01094770 signature(_*- on the
- Calflornia 3 g COUNTY g instrumen t the person(S ,
sion Erpres or the entity upon behalf
s,xooD of which the person(s
acted, executed the
instrument.
ISEAL)
Witness rr4 hand and official seal
ATTENTION NOTARY
The information requested below and in the column to the right is OPTIONAL.
Recording of this document is not required by law and is also optional.
It could, however, prevent fraudulent attachment of this certificate to any
unauthorized document.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
TRIe or Type of DccumerR v
Number of Paper Date of Document
Sipnarls) Other Then Named Abow
WOLCOTTS FORM 63210 Rw. 3 -91 tgin dais e4N 01996 WOLCOTTS FORMS. INC.
ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYMEPRESENTATi0NRW0 FINGERPRINTS
RIGHT THUMBPRINT (Optional)
CAPACITY CLAIMED BY SIONERIS)
OINDIVIDUAL(S)
❑MRPORATE
OFFICER(SI
OPARTNER(S) O IMITED
OGENERAL
OATTORNEY W FACT
OTRUSTEEIs)
OGUARDIAN /CONSERVATOR
OOTHER:
SIGNER IS REPRESENTINO:
rso
IN e of Penal or Enthylies)
1% /,-1-4-
RIGHT THUMBPRINT IOptionaB
CAPACITY CLAIMED BY SIONERIS)
OINDIVIDUALIS)
❑CORPORATE
OFFICER{_)
mnER
OPARTNERIS) OLIMITED
OGENERAL
OATTORNEY IN FACT
OTRUSTEE(SI
C GUARDIAN /CONSERVATOR
❑OTHER:
SIGNER IS REPRESENTING:
INama of Personls) or Enthylies)
11 8
0
State of California
NON - COLLUSION AFFIDAVIT
) ss.
County of Orange 1
Page 5
Steven M. Murow , being first duly sworn, deposes and says that he or she is
Executive Vice President/Treasurer of Clayton Engineering Inc , the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation, that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder
to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or
agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from
bidding; that the bidder has not in any manner, directly or indirectly, south by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or
to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to
secure any advantage against the public body awarding the contract of anyone interested in the
proposed contract, that all statements contained in the bid are true, and, further, that the bidder
has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the
contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee
to any corporation, partnership, company association, organization, bid depository, or to any
member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true and correct.
Clayton Engineering Inc
Bidder
Subscribed and sworn to before me this
• [SEAL]
s /Douglas M Cummings Notes Public
Notary Public
My Commission Expires:April 15 2000
s1e
5/Steven M. Murow, Executive Vice President
Authorized Signature/Title
day of
19
s •
State of
County of
.f�O VGGgi may• �uMiiJ /.v`S
On IY4 before me, Nvrlvtri /Ju/t «4
DATE) 14 NAMEr`r�IT�IE OF OFF/I�CE�i.e.'JANE DOE. NOTARY PUBLIC')
personally appeared S�r/ d� . vcr�/i
INAMEISI OF SIGNERISR
9�¢ersonally known to me e
aeis-- efi— satfs-fac'tQry'
evidence to be the
person *whose name(ai-
Is /alfe subscribed to the
within instrument and
acknowledaed to me that
(SEAL)
L MIS1094770 ubGE COUNTY ttii1Bipn0pii99 , 15, >I000
ATTENTION NOTARY
same in his /hel:94e+F
authorized capacity(ies},
and that b Ekerf
�yy his /hef{
signature9- on the
instrumentthe personaaL
or the entity upon behalf
of which the person(sa
acted, executed the
instrument.
hand and official seal
RIGHT THUMBPRNT (Optionall
CAPACITY CLAIMED BY SIGNERIS)
OINDNIDUALISI
OCDRPORATE _Q,d/
2
OFFICER(S) S'', _- C
lust
OPARTNER(SI ❑LIMITED
OGENERAL
❑ATTORNEY IN FACT
OTRUSTEE(S)
CGUAROIAN(CONSERVATOR
❑OTHER:
SIGNER IS REPRESENTING:
(Name of Person(s) or Entityliesl
RIGHT THUMBPRINT (Optional)
CAPACITY CLAIMED BY SIGNER(SI
CINDIVIDUAL(S)
CCORPORATE
OFFICERS)
The information requested below and in the column to the right is OPTIONAL. 'mT`rrI
Recording of this document is not required by law and is also optional.
It could, however, prevent fraudulent attachment of this certificate to any OPARTNER(S) ❑LIMITED
unauthorized document. OGENERAL
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
�/a�^,T❑ATTORNEY W FACT
Tidaor Typeof Documem OTRUSTEE(S)
CGUARDIAN /CONSERVATOR
Number of Pages Date of Document OOTHER:
Sigmr(sl Other Than Named Abow
WOLCOTTS FORM 93240 R.v. 3-94 IPrite does 93A) 1996 WOLCOTTS FORMS, INC.
ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYMEPRESENTATIONITWO FINGERPRINTS
SIGNER IS REPRESENTING:
(Name of Persons) or Entity(ies)
IIIIi67775 hil63240 ll s
• •
Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he has performed and successfully completed.
Year For Whom Person
Completed Performed (Detail) To Contact
Clayton Engineering Inc..
Bidder
V91
Telephone
Number
s /Steven M. Murow, Executive Vice President
Authorized SignatureMtle
0
0
CLAYTON ENGINEERING, INC.
Selected .fist of General Engineering Projects
SAN JUAN GROUP JOHN MARKEL
30211 Avenida de has Banderas., #140 Project Manager
Rancho Santa Margarita, CA 92688 (714) 589 -9455
SOUTHWEST DETENTION BASIN
LOS FLORES DEVELOPMENT, SANTA MARGARITA $1,058,000 YEAR COMPLETED 1994
Development of a 10.5 -acre multi -basin detention basin in an environmentally sensitive area of County of Orange jurisdiction in
Santa Margarita. Work included grading and placement of a 20- mil liner, 1200 LF of 78" RCP, construction of an energy
dimpator structure, diversion structure and eight 30' catch basins on Oso Parkway. Access roads will he paved with 6" PCC raked
finished and asphalt pavement. Construction time is limited to 90 calendar days.
SEACLIFF PARTNERS DES BUNTING ART CARTWRIGHT
JOINT VENTURE OF NEW URBAN Project Manager General Field Supt.
WEST, INC. and PACIFIC COAST (310) 394-3379 (714) 841 -7792
HOMES (Chevron Oil)
CAMBRIA COLLECTION
HUNTINGTON BEACH, CA
$2,385,000 YEAR COMPLETED 1996
Site development of a series of former oil producing "Islands" within Huntington Beach ranging from 9 lots to 21 lots. Grading
of sites include remediation of hydro - carbon impacted soil by screening and blending of onsite soils. After grading is completed,
construction of sewer and water improvements, drainage facilities, concrete improvements and paving is performed. Through August,
1994, we have developed five "islands ".
SEAPOINT & ELI-JS AVENUE STREET IMPROVEMENTS
HUNTINGTON BEACH, CA $1,802,000 YEAR COMPLETED 1995
Complete street improvements including grading, soil remediation, underground construction, curb and gutter, asphalt paving, signals
and street lights.
IRVINE COMMUNITY DEV. CO.
550 Newport Center Drive
Newport Beach, CA 92660
OAK CREEK GOLF COURSE
MIKE PADIAN
Executive Vice President
(714) 720 -2200
$1,760,000 YEAR COMPLETED 1996
Development of 198 acre site, 900,000 CY grading and 8,600 LF of storm drain construction, for 18 -hole golf course & driving
range, completed in 3 months.
UCI RESEARCH PARK
$1,100,000 YEAR COMPLETED 1996
Remedial and mass grading over 20 acres. 1,100 LF of 60" RCP and structures. Project included street and underground utility
improvements.
i
SANTA ANA UNIFIED SCHOOL DISTRICT
1405 French St.
Santa Ana, CA 92701
JAMES T. MUHIC
Director of Construction
(714) 558 -5511
DR. MARTIN LUTHER KING ELEMENTARY SCHOOL $769,200 YEAR COMPLETED 1994
This job consist of demolition of existing residential streets and development of a 5 -acre site for the construction of a new school
site. Included in the scope of work is grading; underground construction, storm drain, sewer and water. Masonry and cast in place
perimeter walls. Offsite concrete wallrs, curbs, gutters and asphalt paving. This job was completed under the guidance of the
Department of the State Architect.
CITY OF BREA
#1 Civic Center Circle
Brea, CA 92621
SAM PETERSON
Project Engineer
(714) 990 -7763
BIRCH STREET IMPROVEMENTS $940,000 YEAR COMPLETED 1993
Street widening consisted of new storm drain, sewer, curb and gutter, and sidewalk. Construction of retaining walls, street lights and
traffic signal modification, landscape improvements.
NORTH ORANGE STREET & ROUGH GRADING $900,000 YEAR COMPLETED 1993
Rough grading of 7.5 acre site, 430 CY concrete retaining wall, masonry wall, street paving and concrete improvements.
URBAN WEST COMMUNITIES DES BUNTING MARK BROWN
520 Broadway Ste 100 Project Manager Gen. Superintendent
Santa Monica, CA 90401 (310) 394 -3379 (714) 536 -4293
PACIFIC RANCH HUNTINGTON BEACH $1,600,000 YEAR COMPLETED 1993
Continual series of contracts for rough and fine grading, storm drain and sewer improvements, asphalt paving and concrete
improvements, erosion control and modification/corrective construction, and retaining wall backfill of 20,000 CY.
OCEAN POINTE I. HUNTINGTON BEACH $704,000 YEAR COMPLETED 1995
Complete off -site development consisting of extensive over excavation and contaminated soil handling, sewer and water
improvements, and street construction.
THE ESTATES, HUNTINGTON BEACH $2,100,000 YEAR COMPLETED 1995
Complete "tum -bey" site development of 32 acres - 185 lot development at Seacliff Country Club in Huntington Beach, including
250,000 CY of grading, storm drain, sewer and water improvements, street construction and refurbishment for part of the golf
course.
"N" ISLAND IMPROVEMENTS HUNTINGTON BEACH: $1,020,000 YEAR COMPLETED 1993
Off -site development of 12 lots consisting of grading, paving, wet and dry utilities and construction of a multi plate golf -cart
undercroesing at 26' below the proposed street improvements. The project includes construction of a sewer lift station and extensive
sub- drainage facilities.
Ll
COUNTY OF ORANGE RAY DOUGLASS
INTEGRATED WASTE MGT. DISTRICT Construction Manager
320 N. Flower Street, Suite 400 (Santiago Landfill)
Santa Ana, CA 92703 (714) 289 -0718
SANTIAGO CANYON LANDFILL IMPROVEMENTS
0
GEORGE KER
Project Manager
(Olinda Alpha Landfill)
(714) 834 -4099
$1,973,000 YEAR COMPLETED 1996
JAMES MIDDLEBROOK, CQA Consultant
Dames & Moore
(714) 289 -1261
Construction of Detention Basin #2 and Leachate Recovery Control System. Work included grading, paving, ehotcrete, 1,200
tons of :" placement, gabiou slope protection and storm drain pipe. 16 poly tanks, were furnished and placed with aasociated piping,
clarifiers, filter press system and electrical improvements. Five extraction wells were drilled and developed and approximately 13,000
LF of HDPE piping installed.
OLINDA ALPHA LANDFILL IMPROVEMENTS $1,650,000 YEAR COMPLETED 1996
MIKE MILLS, Construction Manager
HDR Engineering
(714) 756 -6800
Construction of Detention Basin B and associated drainage channels and Stage II Groundwater Remediation Activities. Work
included excavation of 125,000 CY of sandstone, 1,650 CY of shotcrete placement, construction of 600 LF of RCP, armorflex
channel improvements and drilling & development of 8 extraction wells and associated piping.
CITY OF LYNWOOD
11330 Bullis Rd,
Lynwood, CA 90262
TED SEMAAN
Project Engineer
(310) 603 -0220 x287
LONG BEACH BLVD. IMPROVEMENTS $1,100,000 YEAR COMPLETED 1993
Imprwenimts involve street widening, addition of a landscaped median and associated grading, storm drains, curbs and gutters. As
a consequence of the street widening, sixty residential and commercial buildings were being rehabilitated.
CITY OF MISSION VIEJO
c/o Coast landscape Construction, Inc.
23011 Moulton Parkway Ste. E -4
Laguna Hills, CA 92653
CHUCK DEGARMO
Vice President
(714) 546 -7579
US SOCCER TEAM TRAINING FACILITY $687,500 YEAR COMPLETED 1993
This project consisted of the complete construction of a 4000 SF facility to accommodate the United States Soccer Team in
preparation of the 1994 World Cup Soccer Tournament. The building is a masonry block building with a standing seam metal
sheeting roof. Special features include construction of kitchen and laundry facilities, bathroom amenities and locker room, flooring,
wall covering and ceramic tile. This project was completed one month ahead of a very restrictive 120 calendar day allowance. This
will allow occupancy ahead of schedule with less than 1% on cost werun for extras/change orders.
0
CITY OF NEWPORT BEACH
3300 Newport Blvd.
Newport Beach, CA 92659
CANNERY VILLAGE STREET IMPROVEMENTS
Street, storm drain and water improvements on Balboa Peninsula.
OASIS SENIOR CITIZEN CENTER
LLOYD DALTON
Assistant City Engineer
(714) 6443311
$480,000 YEAR COMPLETED 1990
$820,000 YEAR COMPLETED 1992
This project consisted of a 5,000 SF building addition to the Oasis Senior Citizen Center in Corona Del Mar for the City of
Newport Beach. In addition, offsite construction consisting of grading, storm drain, sewer and water improvements, and
construction of a 100 - vehicle parking lot were constructed. Parking lot lighting and construction of a steel/concrete carport were
also constructed.
TUSTIN AVE. STORM DRAIN
$880,000 YEAR COMPLETED 1996
Street reconstruction, 600 LF of concrete drainage box and 1,725 LF of storm drain pipe.
IRVINE AVE. BIKE TRAIL
$1,280,000 YEAR COMPLETED 1996
Remedial and mass grading; 3,000 LF of storm drain, paving and construction of a structural concrete retaining wall with 60' deep
C.I.P.P. and lagging.
POMONA UNIFIED SCHOOL DISTRICT CHRIS BUTLER
800 S. Garey Ave. Administrator
Pomona, CA 91766 (909) 397 -4945
SAN ANTONIO ELEMENTARY SCHOOL NO. 5 $2,060,000 YEAR COMPLETED 1994
This new facility will consist of six portable building clusters, comprising 18 classrooms, food service and administration
accommodations. Project requirements include site clearing, underground construction, portable building foundations, structural
steel walkways and shelters, concrete walks and landscaping. This project is scheduled to be completed on time under the guidance
of the Department of the State Architect.
CITY OF SANTA ANA DAVID URBIN
101 West Fourth Street Project Manager
Santa Ana, CA 92701 (714) 565 -4080
CENTENNIAL REGIONAL PARK SOCCER FACILITY $787,000 YEAR COMPLETED 1994
This project consist of construction of concrete seating and lighting system for League Fields #1 and #2, concrete walkways,
retaining walls, irrigation and landscaping. This project was completed on schedule and within the budget.
CITY OF COVINA
125 E. College St.
Covina, CA 91723
RAYMOND COAKLEY
City Engineer
(818) 858 -7258
METROLINK COMMUTER RAIL STATION $960,000 YEAR COMPLETED 1993
The project included station, platform preparation, 260 -car parking lot, landscaping and traffic signal installation.
0 0
CITY OF HUN INGTON BEACH LARRY TRITE JACK MILLER
2000 N. Main Street Asst. Engineer City Engineering
Huntington Beach, CA 92648 (714) 536 -5590 (714) 536 -5431
PACIFIC COAST HIGHWAY WIDENING $1,600,000 YEAR COMPLETED 1990
Me han landscaping and street widening on Pacific Coast Highway.
:-LAIN STREET ALLEY IMPROVEMENTS $515,000 YEAR COMPLETED 1994
AUcy improvements, electrical and utility installation, water features.
BEACH BOULEVARD WIDENING $650,000 YEAR COMPLETED 1992
"Super Street" widening includ ng new construction for curb and gutter and sidewal}s. Also, modification to traffic signals and
median landscaping.
OAKVIE'CT - STREET .& STORM DRAIN IMPROVEMENTS $920,000 YEAR COMPLETED 1993
Extensive street reconstruction and storm drain improvements within the 300 -home north portion of the 50 -year -old Oa"ew area.
IRVINE COMMUNITY DEV. CO. FRANK CORDERO BOB ZIEBACK
550 Newport Center Drive Superintendent Vice President
Newport Beach, CA 92660 (714) 453 -8808 (714) 720 -2500
HICKS CANYON HAUL ROAD REALIGNMENT $423,000 YEAR COMPLETED 1985
Roadway realignment and reconstruction due to major landslide. Design and implementation of drainage devices, grading, asphalt
paving, storm drain, and crib wall construction.
UNIVERSITY DRIVE EXTENSION
$470,000 YEAR COMPLETED 1984
Roadway widening,. involving asphalt paving, concrete improvements, storm drain system and reinforced concrete box culvert
construction.
STREET IMPROVEMENTS SPECTRUM ONE $536,000 YEAR COMPLETED 1985
Street and related construction development consisting of utility construction, asphalt paving and concrete improvements.
CITY OF COSTA MESA DAVID J. ALKEMA
77 Fair Drive Park. Superintendent
Costa Mesa, CA 92627 714) 754 -5300
CANYON COMMUNITY PARK
Par)site development, grading, drainage, and paving.
BRISTOL STREET IMPROVEMENTS
Street improvements, storm drain, paving, electrical, and signal model
TOM BANKS
Project Manager
(714) 754 -5222
$1,670,000 YEAR COMPLETED 1991
$834,160 YEAR COMPLETED 1991
ication.
a 0
Page 7
NOTICE TO SUCCESSFUL BIDDER
The following contract documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing
Notice of Award to the successful bidder:
PAYMENT BOND (Page 8)
FAITHFUL PERFORMANCE BOND (Page 9)
CERTIFICATE OF INSURANCE (Page 10)
GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11)
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13)
CONTRACT (Page 14)
The City of Newport Beach will not permit a substitute format for these contract
documents. Bidders are advised to review their content with bonding, insuring and legal agents
prior to submission of bid.
Payment and faithful performance bonds 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.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in
accordance with the latest edition of Best's Key Rating Guide- Property - Casualty. Coverages
shall be provided as specified in the Standard Specifications for Public Works Construction,
except as modified by the Special Provisions.
The Workers' Compensation Insurance Certification shall be executed and delivered to the
Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution
of the Contract.
5/91
0 0
Bond No. 158289582
Premium: Included in Performance Bond Page 8
KNOW ALL MEN BY THESE PRESENTS, that
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted December 9. 1996 has awarded to Clayton Eng'nei erina Inc hereinafter
designated as the- "Principal", a contract for —Balboa Boulevard Street Re onstruction Frora.L4 1
Street to 16th Street (Contract No. 1.313 1 g )g 1 in the City of Newport Beach, in
strict conformity with the Drawings and Specifications and other contract documents in the office
of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this
reference;
WHEREAS, said Principal has executed or is about to execute Contract No. 3118 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, CIa on EnoineA[hg. Inc as Principal,
and Continental Casualty Company as Surety, are held firmly bound unto the
Seven Hundred Seventy Six Thousand
City of Newport Beach, in the sum of Four Hundred Slaty Four and 90/100 Dollars ($776,464.90 ), said
sum being equal to 100% of the estimated amount payable by the City of Newport Beach under
the terms of the contract: for which payment well and truly made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by these
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his /her subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon,
for, or about the performance of the work contracted to be done, or for any other work or labor
thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to
suoh work or labor, or for any amounts required to be deducted, withheld and paid over to the
Employment Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to
such work and labor, that the Surety or Sureties will pay for the same, in an amount not exceeding
the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable
attomey's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil
Code of the State of California.
The bond shall Inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right to them
or their assigns in any suit brought upon this bond, as required by and in accordance with the
provisions of Sections 3247 et. seq. of the Civil Code of the State of California.
5/91
0
0
Page 8A
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the work to be
performed thereunder or the specifications accompanying the same shall In any wise affect its
obligations on this bond, and it does hereby waive notice of any such change, extension of time,
alterations or additions to the terms of the contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations
under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Principal and Surety, on the 12th day of December , 1996 .
Giayton En 'ngt eeringjar
Name of Contractor (Principal)
Continetal Casualty Company
Name of Surety
1800 East Imperial Highway, Suite 200
Brea, CA 92821
Address of Surety
JAA �jA._�
Au horized SignatureMle
Steven M. Murow, Executive Vice President
OW,.f:: z
Ad A6a4 Signature
Jeffrey R. Gryde, Attorney -in -Fact
714 - 498 -7384
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
5 /9>
0 0
Continental Casualty Company
CHA
For Ali the Commitments You Make'
AN ILLINOIS CORPORATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the laws
of the State of Illinois, and having Its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute
and appoint Jeffrey R. Grysia Indivjdually
of San rlemanto ralifnrnia
Its true and lawful Attorney-In -fact with full power and authority hereby conferred to sign, seal and execute in its behall bonds, undertakings
and other obligatory Instruments of similar nature
IENTAL CA5UALTY COMPANY thereby as fully and 10 the same extent as it such Instruments were 51
of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority
This Power of Attorney is made and executed pursuant io and by authority of the fotlowing By -Law duly adopted by the Board of Directors
of the Company.
"Article IX— Execution of Documents
Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President orany Executive. SeniororGroup
Vice President may, from time to time, appoint by written certificates altomeys -in -fact to act in behalf of the Company In the execution
of policies of insurance, bonds, undertakings and other obligatoryry instruments of like nature. Such attorneys -in -tact, subject to the
limitations set forth In their respective certificates of authority, shall have full power to bind the Company bY their signature and execution
of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of pI factors, the President or any
Executive, Senior or Group Vice President or the Board of Directors, may, at anytime, revoke all power and authority previously given
to any attorney -In- tact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may
be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article V of the By -Laws, and the signature of the
Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power, and
any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power
so executed and sealed and Certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which
it is attached, continue to be valid and binding on the Company"
In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Group Vice President and
its corporate seal to be hereto affixed on this 30th day of Ma rn h , 19 s4.
Stale of Illinois as
County of Cook
sal
CONTINENTAL
Vice
On this 30th day of March `194, before me personally came
M. C. Vonnahme, to me known, who, being by me duty sworn, did depose and say: that he resides in the Village of Downers Grove, State
of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, the corporation described In and which executed
the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said Instrument Is such corporate seal; that
it was so affixed pursuant to the said instrument is such corporate seal; that It was so affixed pursuant to authority given by the Board
of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and
deed of said corporation.
s
NCTAHV
2
Lin a C. Dempsey N ary Public.
My Commission Expires Octobe , 4
CERTIFICATE
I, George R. Hobaugh, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, de hereby certify that the Power o Alto ney herein
above set forth is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Re Von of the
Board of Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed
the seal of the said Company this __ 12th day of ___ December ,19 96
G.sw,
Fly
su : George R. FfobauDgh
Assistant Suj��lary.
Form r- 231426 ,`T // INV nV� 0- 59200 -D
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Orange
No. 6907
On December 12, 1996 before me, Patrice Zeis, Notary Public
DATE NAME. TITLE OF OFFICER- E.O.. `JANE DOE, NOTARY PUBLIC'
personally appeared Jeffrey R. Gryde
NAAIE(S) OF SIGNER(S)
® personally known to me -X�[X Xr141kXdllbl6 >Ol4lS��D(t1dEM�yY(e
to be the persons" whose nameW isbM
subscribed to the within instrument and ac-
knowledged to me that hel%1(id=#Y executed
the same in hisX%tMWV authorized
capacityQfl4 A and that by hlsXY*XK #1`f r
signature(g) on the instrument the personpe),
PATRICEZEIS or the entity upon behalf of which the
G C0114M.#I0S7195 > personM acted, executed the Instrument.
COUHT
WITNES>m y hand and official seal.
$IpNATURE OF NOTARY
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMrrED
❑ GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ OUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONS) 09 ENLrY(IESI
DESCRIPTION OF ATTACHED DOCUMENT
:e .
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Perk, CA 91309,7184
0
Bond No. 158289582
Premium: $7,435.00
•-f :•
KNOW ALL MEN BY THESE PRESENTS, That
0
Page 9
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted December 9 1� B�has awarded to Clayton Engineering, Inc hereinafter designated as
the "Principal', a contract for Salboa Boulevard Street Reconst uction From 14th Street to 16tH
Street (Contract No. 2=) in the City of Newport Beach, in strict conformity with the Contract,
Drawings and Specifications and other contract documents in the office of,the City Clerk of the
City of Newport Beach, all of which are incorporated herein by this reference; .
WHEREAS, Principal has executed or is about to execute Contract No. 31 a and the
terms thereof require the furnishing of a bond for the faithful performance of the Contract;
NOW, THEREFORE, we, t�l Xton Enainee_ring Inc. as Principal, and
Continental Casualty Company as Surety, are held firmly bound
Seven Hundred Seventy Six Thousand
unto the City of Newport Beach, in the sum of Four Hundred Sixty Four and 90/100 - - - - - -- Dollars
($T75,454.90 -- ), said sum being equal to 100% of the estimated amount of the contract, to be paid
to the City or its certain attorney, its successors, and assigns; for which payment well and truly
made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these presents,
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide
by, and well keep truly and perform the covenants, conditions, and agreements in the Contract
and any alteration thereof made as therein provided on its part, to be kept and performed at the
time and in the manner therein specified, and in all respects according to its true intent and
meaning, and shall indemnify and save harmless the City of Newport Beach, its officers,
employees and agents, as therein stipulated, then this obligation shall become null and void;
otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby, and in addition to the fact amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any
action in law or equity to enforce the obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the contract or to the work to be performed thereunder or to
the specifications accompanying the same shall in any wise affect its obligations on this bond, and
it does hereby waive notice of any such change, extension of time, alterations or additions of the
contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for six (6) months following the date of formal acceptance of the Project by the
City.
5/ ?1
0
0
Page 9A
In the event that the principal executed this bond as an individual, it is agreed that the
death of any such principal shall not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 12th day of December , 1896,
Cla on gineerino Inc
Name of Contractor (Principal)
Continetal Casualty Company
Name of Surety
1800 East Imperial Highway, Suite 200
Brea, CA 92821
Address of Surety
#b/dlld "-
Authorized Signature/Title
Steven M. Murow, Executive Vice President
�tfio zed A e t Signature
Jeffrey R. Gryde, Attorney -in -Fact
714 - 498 -7384
Telephone
NOTARY ACKNOWLEDGMENTS Or.CONTRACTOR AND SURETY MUST BE ATTACHED
9/91
Continental Casualty Company
caa
Fot All the Commitments You Make"
AN ILLINOIS CORPORATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men by these Presents, That CONT W ENTAL CASUALTY COMPANY, a corporation duly organized and existing under the laws
of the State of Illinois, and having Its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute
and appoint
of San .1 EM
wornia
Its true and lawful At d�ath
full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings
and other obligatory Instruments of similar nature
IEN I AL CA5UALl Y COMPANY thereby 85 fully and to the Same extent as It such Instruments were S'
of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority
This Power of Attorney is made and executed pursuant to and by authority o f t he following By -Law duly adopted by the Board of Directors
of the Company -
"Article IX— Executlon of Documents
Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, SeniororGroup
Vice President may, from time to time, appoint by written certificates altorneys•in -fact to act in behalf of the Company In the execution
of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the
limitations set forth In their respective certlticales of auhority, shall have full power to bird the Company b9 their signature and execution
of any such Instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President orany
Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given
to any altorneydn- fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may
be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article lX of the By -Laws, and the signature of the
Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power, and
any such power or certificate bearm such facsimile signature and seal shall be valid and binding on the Company. Any such power
so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which
it is attached, continue to be valid and binding on the Company."
In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Group Vice President and
its corporate seal to be hereto affixed on this 30th day of Marrh , 19_9A.
Stale of Illinois tSS �,wwrry CONTINENTAL CASUAL MPANY
County of Cook 1 s ^ zlfl A
sFU r
M. nnahme Group Vice President.
On this 30th day of March X9_34, before me personally came
M. C, Vonnahme, to me known who, beln by me duly sworn, did depose and say: that he resides in the Village of Downers Grove, Slate
of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed
the above Instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that
it was so affixed pursuant to the said instrument is such corporate seal; that It was so affixed pursuant to authority given by the Board
01 Directors of said corporation and that he signed his name (hereto pursuant to like authority, and acknowledges same to be the act and
deed of said corporatiom
e Lin a C. Dempsey N ary Public.
My Collmlission Expires Octobe , 4
CERTIFICATE
I, George R. Hobaugh, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power o Arlo ney herein
above set forth is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Re tlon of the
Board of Directors, set forth in said Powerof Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed
the seal of the said Company This 12th day of � December
sFAL George R. Hobaugh / 'Assistant /S/eyfflary. `
Form 1-23142.8 ,sor / INV. N0. 0-59200-D
0
CALIFORNIA ALL- PURPOSE ACKNOWLEDUMENT
State of _ California
County of Orange
On
December 12, 1996
DATE
11
before me, Patrice Zeis, Notary Public
NAME, TITLE OF OFFICER - E.G.. 'JANE DOE. NOTARY PUSIJC-
personally appeared Jeffrey R. Gryde
NAME(S) OF SIGNER(SI
® personally known to me - X�[%�X6rzSlkdS�I% 411414 )Ql4tSJii4XiS9?�KdidlAjr�ce
to be the personM whose nameW WWI
subscribed to the within instrument and ac-
knowledged to me that he/XKMV#y executed
the same in hisDW)U5PXr authorized
capacityQ #X� and that by hisXY*XtKMr
signature(g) on the instrument the person%),
PATRICE�IS or the entity upon behalf of which the
(° mtMM'.1087195 > personQGY� acted, executed the Instrument.
u o16 aJ
No. 5901
WITNESS y hand and official seal.
OPTIONAL
510 TORE OF NOTARY
Though the data below is not required by law, It may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
Tn e(S)
❑ PARTNER(S) ❑ LIMIT ED
❑ GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIANICONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
N ACE OF PEASON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
Bond
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 913097104
STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807
COMPENSATION
INSURANCE
FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
DECEMBER 12, 1996 POLICY NUMBER: 046-96 UNIT 0005292
CERTIFICATE EXPIRES: 1-1-97
r-
CITY OF NEWPORT BEACH
BUILDING & SAFETY DEPARTMENT
POST OFFICE BOX 1768
NEWPORT BEACH, CA 92658 -8915
L
JOB: BALBOA.BLVD. STREET
RECONSTRUCTION FROM 14TH
ST. TO 16TH ST. C -3118
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
AUTHORIZED REPRESENTATIVE PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLU''DING DEFENSE•;COSTS:,$1,0,00 000 PER OCCURRENCE
EMPLOYER
r
CLAYTON ENGINEERING, INC.
3661 SPRUCE ST.
NEWPORT BEACH CA 92660
THIS DOCUMENT HAS A BLUE PATTERNED BACKGROUND SCIF 10202 (REV.3 95)
• • Page 10
PRODUCER
COMPANIES AFFORDING COVERAGE
Armstrong /Robitaille Insurance Services
COMPANYA
Transportation Ins. Co. /CNA Ins. Co.
17501 E. 17th Street, 11200
LETTER
P.O. Box 4147
COMPANYB
Tustin, CA 92781 -4147
LETTER Valley Forge Ins. Co. /CNA Ins. Co.
INSURED
COMPANY C
Clayton Engineering In_c.
LETTER General Security Ins. Co. /Sherwood Ins.
COMPANYD
3661 Spruce St.
Newport Beach, CA 92660
LETTER
COMPANY E
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
co
TYPE OF INSURANCE
POLICY
EFFECTIVE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
NUMBER
DATE
GENERAL LIABILITY
(OCCURENCE BASIS ONLY)
GENERAL AGGREGATE
$ 2,000
A
COMMERCIAL
1043839848
04/01/96
04/01/97
COMPREHENSIVE
PRODUCTSICOMPLETED
OPERATIONS AGGREGATE -
$ 2,000
OWNERS & CONTRACTORS
PERSONAL INJURY
$ 1,000
PROTECTIVE
CONTRACTUAL FOR SPECIFIC
CONTRACT
PRODUCTSICOMPLIFTED OPERATION
EACH OCCURENCE
$ 1,000
XCU HAZARDS
FIRE DAMAGE
$ 50.
BROAD FORM PROPERTY DAMAGE
SEVERABILITY OF INTEREST CLAUSE
(ANYONE FIRE)
P. 1. WITH EMPLOYEE EXCLUSION
MEDICAL EXPENSES
$ 5
REMOVED
MARINE
(ANY ONE PERSON)
AUTOMOBILE LIABILITY
COMBINED
SINGLE LIMIT
$ 1,000
B
ANY AUTO
1056879557
04/01/96
04/01/97
BODILY INJURY
$
ALL OWNED AUTOS
(PER PERSON)
SCHEDULED AUTOS
BODILY
$
Al
HIRED AUTOS
(PER ACCCIDENT)
ACCIDENT)
NON -OWNED AUTOS
PROPERTY
$
LIT
GARAGE LIABIY
DAMAGE
EXCESS LIABILITY
EACH. AGGREGATE
C
FORM
UB61165
04/01/96
04/01/97
OOCURENCE
IUMBRELLA
OTHER THAN UMBRELLA FORM
STATUTORY
$4,000 $ 4, 000
WORKERS' COMPENSATION
$
EACH ACCIDENT
&
$
DISEASE - POLICY LIMIT
EMPLOYERS' LIABILITY
$
DISEASE -EACH EMPLOYEE
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSNEMICLESIRESTRICTIONSISPECULL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF
NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT:
Balboa Blvd. Street Reconstruction From 14th St. to 16th St. C -3118
PROJECT TRIP AND CONTRACT NUMBER
Y T Y F%IN i' . f
GERnFrc x� tOLb> R= p r
n
w' tax` der lSx K
:- W4f jam. ? �, ; e l `
s�
«� .. . "MM .
ADDITIONALLY INSURED
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR
CITY OF NEWPORT BEACH
COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING
P.O. BOX 1768
COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF
3300 NEWPORT BOULEVARD
NEWPORT BEACH BY �/ 3
NEWPORT BEACH, CALIFORNIA 92658 -8915
<72G� / G
ATTENTION:
AL HORJZrn REPRESENTATIVE ISSUE DATE
0 0
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 11
1. With respect to such insurance as is afforded by the policy for General Liability, the City of
Newport Beach, its officers and employees are additional insureds, but only with respect to
liability arising out of operations performed by or on behalf of the named insureds in
connection with the contract designated below or acts and omissions of the additional
insureds in connection with its general supervision of such operations. The insurance
afforded said additional insured(s) shall apply as primary insurance and no other insurance
maintained by the City of Newport Beach shall be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each
insured against whom claim is made or suit is brought, except with
respect to the limits of liability of the company affording coverage.
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the
terms, conditions and exclusions applicable to such insurance) includes liability assumed
by the named insured under the indemnification or hold harmless provision contained in
the written contract designated below, between the named insured and the City of
Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU" hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured(s) named in
Paragraph 1 of this endorsement shall be the limits indicated below written on an
"Occurrence" basis:
M Commercial () Comprehensive
General Liability $ 1,000,000 each occurrence
$ 1,000,000 aggregate
The applicable limit of Contractual Liability for the company affording coverage shall be
reduced by any amount paid as damages under this endorsement in behalf of the
additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total liability of the
company affording coverage for all damages as the result of any one occurrence in
excess of the limits of liability stated in the policy as applicable to General Liability
Insurance.
5/91
n
U
P
Page 11A
6. Should the policy be non - renewed, canceled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
Designated Contract: Balboa Boulevard Street Reconstruction From 14th Street to 16th
Street. Contract No. 3118
Project Title and Contract No.
This endorsement is effective December 13, 1996 at 12:01 a.m. and forms a part of Policy
No 1043839848 of Transportation Ins. Co.(Company Affording Coverage).
Insured: Clayton Engineering, Inc. Endorsement No.:
ISSUING COMPANY Transportation Insurance Co.
By-
Authorized Representative
5/91
Ll
•
R4Zi7►LiT:1I� �►II�1���W_�►1fi
It is agreed that:
Page 12
With respect to such insurance as is afforded by the policy for Automobile Liability, the City
of Newport Beach, its officers and employees are additional insureds, but only with respect
to liability for damages arising out of the ownership, maintenance or use of automobiles (or
autos) used by or on behalf of the named insured in connection with the contract
designated below. The insurance extended by this endorsement to said additional insured
does not apply to bodily injury or property damage arising out of automobiles (1) owned by
or registered in the name of an additional insured, or (2) leased or rented by an additional
insured, or (3) operated by an additional insured. The insurance afforded said additional
insured(s) shall apply as primary insurance and no other insurance maintained by the City
of Newport Beach shall be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each
insured who is seeking coverage or against whom a claim is made
or suit is brought, except with respect to the limits of liability of the
company affording coverage."
3. The limits of liability under this endorsement for the additional insureds named in
Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit:
5/91
() Multiple limits
Bodily Injury Liability
Bodily Injury Liability
Property Damage Liability
0 Combined Single Limit
Bodily Injury Liability &
Property Damage Liability
per person
$ per accident
1,000,000
The limits of liability as stated in this endorsement shall not increase the total liability of the
company affording coverage for all damages as the result of any one accident or
occurrence in excess of the limits of liability stated in the policy as applicable to Automobile
Liability Insurance.
0
Page 12A
4. Should the policy be non - renewed, canceled or coverage reduced before the expiration
date thereof, the Issuing Company shall provide 30 days' advance notice to the City of
Newport Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: Balboa Boulevard Street Reconstruction From 14th Street to 16th
Street, Contract No. 3118
Project Title and Contract No.
This endorsement is effective December 13, 1996 at 12:01 a.m. and forms a part of Policy
No 1056879557 ofValley Forge Ins. Co. (Company Affording Coverage).
Insured: Clayton Engineering, Inc. Endorsement
ISSUING COMPANY Valley Forge Insurance Co.
By: L
Authorized presentative
5/91
STATE
COMPENSATION
N S U R AN C E
FUND
DECEMBER 12,
P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
1996 POLICY NUMBER: 046 -96 UNIT 0005292
CERTIFICATE EXPIRES: 1-1-97
F-
CITY OF NEWPORT BEACH
BUILDING & SAFETY DEPARTMENT
POST OFFICE BOX 1768
NEWPORT BEACH, CA 92658 -8915
L
JOB: BALBOA BLVD. STREET
RECONSTRUCTION FROM 14TH
ST. TO 16TH ST. C -3118
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies.
AUTHORIZED REPRESENTATIVE
PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE
EMPLOYER
F-
CLAYTON ENGINEERING, INC.
3661 SPRUCE ST.
NEWPORT BEACH CA 92660
Page 13
WORKERS' COMPENSATION INSURANCE CERTIFICATION
" I am aware of the provisions of Section 3700 of the Labor Code which require every employer to
be insured against liability for workers' compensation or to undertake self- insurance in accordance
with the provisions of that code, and I will comply with such provisions before commencing the
performance of the work of this contract."
5/93
Date
3118
Contract Number
Clayton Engineering Inc.
Name of Contractor (Principal) _
thorized Signature and Title
Steven M. Murow, Executive Vice President
Balboa Boulevard Street Reconstruction From 14th Street to 16th Street
Title of Project
0 0
Page 14
CONTRACT
THIS AGREEMENT, entered into this � day of LCE �r ���^' 19 %, by and
between the CITY OF NEWPORT BEACH, hereinafter "City," and Clayton Engineering Inc., .
hereinafter "Contractor," is made with reference to the following facts:
A. City has heretofore advertised for bids for the following described public work:
Balboa Boulevard Street Reconstruction From
14th Street to 16th Street 3118
Title of Project Contract No.
B. Contractor has been determined by City to be the lowest responsible bidder on
said public work, and Contractor's bid, and the compensation set forth in this
contract, is based upon a careful examination of all plans and specifications by
Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work for the
construction of the following described public work:
Balboa Boulevard Street Reconstruction
From 14th Street to 16th Street 3118
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor shall perform and
complete this work in a good and workmanlike manner, and in accordance with all of the contract
documents.
2. As full compensation for the performance and completion of this work as
prescribed above, City shall pay to Contractor the sum of Seven hundred Seventy
Six Thousand Four Hundred Sixty Four Dollars and Ninety Cents ($776.464.90).
This compensation includes:
(a) Any loss or damage arising from the nature of the work,
(b) Any loss or damage arising from any unforeseen difficulties or obstructions
in the performance of the work,
(c) Any expense incurred as a result of any suspension or discontinuance of
the work,
but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5
on the Richter Scale and tidal waves, and which loss or expense occurs prior to
acceptance of the work by City.
5/91
E
0
Page 14A
3. All of the respective rights and obligations of City and Contractor are set forth in
the contract documents. The contract documents are incorporated herein by
reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instructions to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsement(s)
(f) Plans and Special Provisions for Balboa Boulevard Street
Reconstruction From 14th Street to 16th Street 3118
Title of Project Contract No.
(g) This Contract
(h) Standard Specifications of Public Works Construction (current Edition) and
all supplements
4. Contractor shall assume the defense of, pay all expenses of defense and hold
harmless, City and its officers, employees and representatives from all claims, loss
or damage, injury and liability of every kind, nature and description by reason of or
arising out of the negligent or willful conduct of the Contractor, his /her employees,
agents and subcontractors in the performance of the Project, except such loss or
damage caused solely by the active negligence of City or its officers, employees
and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the
day and year first written above.
AP P(U 'AS TO FORM:
Cl ATTORNEY
ATTEST
;J IG7�llj"lt�r.�-
CITY CLERK
5/91
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
6ayor
G�
N me of Contractor
Clayton Engineering, Inc.
Steven M. Murow, Executive Vice President
Authorized Signature and Title
•
U
•
J,3 i SET
i
14`
HC�T
r
F iaa�fss Its T /
� z
0
O
ry�V U�
v (r O k
c W
-
Iy� o
^Y N
I �23ZSL T ul
ul
E,
�E-
O
�H
Q �
9C-
�C/)
m �
ii
a
I
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
BALBOA BOULEVARD
AT
14TH STREET TO 16TH STREET
CONTRACT NO. 3118
I.
SCOPE OF WORK
1
H.
CONTRACTOR'S LICENSES
2
HI.
PAYMENT
2
IV.
TIME OF COMPLETION/WORK HOURS
2
V.
CONSTRUCTION PHASING
4
VI.
TRAFFIC CONTROL
5
VH.
"NO PARKING, TOW- AWAY" SIGNS
6
VIII.
CONSTRUCTION SURVEY & STAKING
6
IX.
PROTECTION OF PUBLIC/PRIVATE PROPERTY
6
X.
WATER
9
XI.
STEEL PLATES
9
X11.
SURFACE AND GROUNDWATER CONTROL
9
XIII.
CONSTRUCTION DETAILS
10
A. MOBILIZATION
10
B. UNCLASSIFIED EXCAVATION
10
C. REMOVALS
10
0 •
D. EXCAVATION AND EARTHWORK
E. EXCAVATION SHORING
F. ASPHALTIC CONCRETE PAVEMENT AND
OVERLAY PREPARATION
G. PORTLAND CEMENT CONCRETE
H. STORM DRAIN SYSTEM
I. UTILITIES
J. TRAFFIC STRIPING AND PAVEMENT MARKINGS
K. N.P.D.E.S. COMPLIANCE
XIV. SOLID WASTE DIVERSION
XV. AGGREGATE BASE
XVI. PALM TREE PLANTING AND MAINTENANCE
XVH. IRRIGATION SYSTEM
XVHI. SOIL PREPARATION
XIX. TREES AND SHRUBS
XX. LANDSCAPE ESTABLISHMENT
XXL MONUMENTATION
XXH. EXHIBIT "A" APWA STANDARD DRAWINGS
10
it
12
12
13
14
14
16
16
16
16
23
43
51
61
69
70
E
• SP1of70
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BALBOA BOULEVARD
AT
14TH STREET TO 16TH STREET
CONTRACT NO. 3118
I. SCOPE OF WORK
Except as stipulated in these specifications as being furnished by the City or
others, the Contractor shall furnish all labor, materials, power, equipment,
tools, transportation and supervision necessary to construct, complete, all
of the work shown on the drawings and/or specified herein. The work, in
general, consists of the following: 1) the removal and reconstruction of
street improvements including A.C. pavement, P.C.C. pavement, P.C.C.
curb, gutter, drive approaches, sidewalks, and median pavement; 2)
removing, abandoning, and disposing of existing catch basins and storm
drain pipes as indicated on the plans; 3) furnishing and installing new catch
basins, junction structures, storm drain pipes, and shoring and dewatering;
4) furnishing and installing support to existing underground pipes across the
trench and modifications to existing water line; 5) Construct or protect
existing street lights and appurtenances; 6) construct traffic striping and
markings; 7) adjusting utility frames and covers to finished grade; 8)
provide and maintain traffic control during all phases of construction; 9)
construct median landscaping, paving, and irrigation, and 10) performing
incidental items of work.
All work necessary for the completion of this contract shall be done in
accordance with (1) these Special Provisions; (2) the Plans, (R- 5706 -S); (3)
The City of Newport Beach Standard Special Provisions and Standard
Drawings for Public Works Construction, (1994) Edition); (4) the Standard
Specifications for Public Works Construction, 1994 Edition, including
Supplements. Copies of the Standard Special Provisions and Standard
Drawings may be purchased from the City's Public Works Department; (5)
where applicable, the State of California Standard Specification, July 1992;
and State of California Standard Plans, July 1992. Copies of the Standard
Specifications may be purchased from Building News, Inc., 3055 Overland
Avenue, Los Angeles, CA 90034; telephone (213)202 -7775.
li
Drawings. Data and Schedule of Work
• SP2of70
The Contractor shall submit for review and approval by the Engineer, five
sets of drawings, brochures and /or data covering the schedule and all major
items of material the Contractor proposes to use for the construction of the
storm drain system, landscaping, irrigation, and tree grates within 14
calendar days of the execution of the contract.
The Contractor shall furnish to the Engineer, prior to acceptance of the
work, one set of contract drawings showing "As Built" notations and
details thereon. Any change to the vertical and horizontal alignment and
locations of all existing utilities encountered shall be surveyed by the
contractor and included in the As- Built.
II. CONTRACTOR'S LICENSES
At the time of bid opening and until completion of work, the Contractor
shall possess a General Engineering Contractor "A" license.
At the start of work and until completion, the Contractor shall possess a
Business License issued by the City of Newport Beach.
III. PAYMENT
The unit or lump sum price bid for each item of work shown on the
proposal shall be considered as full compensation for labor, equipment,
materials and all other things necessary to complete the work in place, and
no additional allowance will be made therefor.
Payment for incidental items of work not separately provided for in the
proposal shall be included in the unit prices bid for items of work.
Partial payments for mobilization shall be made in accordance with the
Standard Specifications for Public Works Construction.
IV. TIME OF COMPLETION/WORK HOURS
A. The Contractor shall complete all work, including cleanup, before the
expiration of 90 working days.
B. All work must be completed prior to Memorial Day (May 26).
• • SP3of70
C. Hours of work 7:00 a.m. to 6:30 p.m. weekdays. No work shall be
permitted during Saturdays, Sundays, and Holidays without the
Engineer's approval. "Holidays" shall be defined as President's Day
(February 17), Spring Break Week (March 24 to March 28) and
Memorial Day (May 26).
D. The Contractor shall phase the construction of Balboa Boulevard, per
Section V. ConstructionPhasing, and shall complete all work on Phase
IA within 45 consecutive days after beginning work. Contractor shall
complete all work (excluding landscaping) within each phase of the
construction of Balboa Boulevard prior to beginning work on the next
phase. The term "work" as used herein shall include all removals,
adjustments, and replacements; construction of storm drain, water,
sewer and electrical improvements; construction of P.C.C.
improvements: alley approaches, street pavement, curb and gutter,
driveways, sidewalk and access ramps. Also included within the
specified period is curing time for new P.C.C. improvements.
In summary, this means that each driveway approach and sidewalk
along Balboa Boulevard shall be returned to normal vehicular as quick
as possible from the day it is first closed to such use. The Contractor
shall employ sufficient men and equipment to meet this schedule. If it
becomes apparent during the course of the work that Contractor will
not be able to meet this schedule, he shall exert extra effort to meet his
original schedule and demonstrate that he will be able to maintain his
approved schedule in the future. This shall not be construed as the
basis for payment of extra work because additional men and equipment
were required on the job.
Access to driveways, garages, and all residences shall be returned to
normal within 10 calendar days.
E. The Contractor will be assessed $500.00 per day (including Saturdays,
Sundays and holidays) liquidated damages for each day in excess of the
90 working days allowed for 100 percent completion of the
construction work.
The intent of this section of the Special Provisions is to emphasize to
the Contractor the importance of prosecuting the work in an orderly,
preplanned, continuous sequence so as to minimize the time a street is
closed to vehicular traffic.
. • SP4of70
V. CONSTRUCTION PHASING
The work within the project limits shall be completed in two phases; Phase
IA and Phase IB.
Phase IA will include removals and construction of all items including storm
drain construction in the outside lanes and sidewalk improvements adjacent
to the right -of -way.
Phase IB will include removals and construction of all items including storm
drain construction in the inside lanes and medians.
The Contractor may restrict traffic to one lane in each direction during the
day, but must provide two lanes in each direction at night and on weekends
and holidays.
At the end of each working day if a difference in excess of 0.45 feet exists
between the elevation of the existing pavement and the elevation of any
excavation within 6 feet of the traveled way, materials shall be placed and
compacted against the vertical cuts adjacent to the traveled way. During
excavation operations native material may be used for this purpose;
however, once the placing of the structural section commences, structural
material shall be used. The material shall be placed to the level of elevation
of the top of existing pavement and tapered at a slope of 4:1 or flatter to
the bottom of the excavation. Full compensation for placing the material on
a 4:1 slope, regardless of the number of times it is required, and subsequent
removing or reshaping of the material to the lines and grades shown on the
plans shall be considered as included in the contract price paid for the
materials involved and no additional compensation will be allowed therefor.
No payment will be made for material placed in excess of that required for
the structural section.
Prior to construction, the Contractor shall notify the City's Utilities
Superintendent, Mr. Peter Antista and Electrical Services Supervisor, Herb
Wollerman two weeks in advance to allow the City forces to de- energize
and inspect circuit prior to any circuit work.
The Contractor shall consider the phasing of the street light conduit
construction and use the following guidelines in establishing his schedule:
1. Series circuit shall be maintained at all times.
2. Each stage and phase of construction proposed by the Contractor and
the estimated length of outages.
•
0 SP5of70
3. Circuit shall be jointly inspected by City electrician and Contractor prior
to commencement of work.
Excavation near existing street light conduit may require de- energizing
street light circuit. Coordination of this work will be through the City's
Electrical Services Supervisor. Circuit shall return to service prior to dusk
and in no case later than 5:00 p.m.
The Contractor shall notify the City's Utilities Superintendent, Mr. Peter
Antista, (714) 644 -3011, at least 48 hours in advance of the need to shut
down or connect to any existing water mains. No shutdown will be
allowed on Fridays, Saturdays, Sundays, holidays or after 12:00 noon.
The Contractor shall not operate existing water valves except in cases of
extreme emergency.
The Contractor shall notify the Operations Support Supervisor at (714)
644 -3067 to salvage City's signs which must be removed during
construction.
It will be the Contractor's responsibility to ensure the availability of all
material prior to the start of work. Unavailability of materials will not be
sufficient reason to grant the Contractor an extension of time for 100
percent completion of work at each street.
No work shall begin until a schedule of work has been approved by the
Engineer.
VI. TRAFFIC CONTROL
Traffic control shall be in accordance with the Traffic Control Plan, the
W.A.T.C.H. Handbook, and Section 7 -10 of the Standard Specifications.
Traffic Control Plans shall be submitted, by the Contractor, to the Engineer
for approval at least five (5) working days prior to construction.
The work shall incorporate the following requirements:
1. Traffic flow outside of a street closure area shall be maintained at all
times.
2. Signs, barricades, delineators, lights, warning devices, temporary
parking restrictions, detours, etc. shall be utilized to assure that
pedestrian and vehicular traffic will be handled in a safe and efficient
manner with a minimum of inconvenience.
0
0 SP6of70
3. Vehicles which are necessary in the construction of an item of work
may be situated in the work site only during the construction of that
item. All other vehicles associated with the Contractor's work shall be
parked legally elsewhere. In addition, Contractor's equipment and
vehicles shall not be left overnight on streets /alleys outside of a street
closure area.
4. The Contractor shall provide, install, and remove, at the appropriate
times, covers or bags over City parking meters, "No Parking" signs, and
"One -Way" signs as directed by the Engineer to allow residential
parking and access along streets adjacent to work site. Said covers
shall be promptly removed upon completion of work or when traffic is
restored.
5. The Contractor shall provide access through the work area for
emergency vehicles, street sweeping, mail deliveries, etc., and weekly
trash collections. If the Contractor's work will interfere with normal
trash collection procedures in any manner, the Contractor shall provide
an alternative trash procedure to satisfy the City's Field Operations
Superintendent, Mr. Leon Hart, who may require the Contractor's
assistance during trash collection. In the same matter, if the
Contractor's work will interfere with normal mail delivery, the
Contractor shall notify and effect alternative mail delivery procedures
with the post office at (714) 673 -5250. In addition, when the
Contractor's work interferes with street sweeping, it shall be his
responsibility to make arrangements by contacting the Field Operations
Superintendent, Leon Hart, at (714) 644 -3060.
During Contractor's non -work hours, the Contractor shall bridge trench
excavations or backfill to maintain access through street and alley
intersections. In addition, continuous pedestrian access to and from
residences shall be maintained at all times. The Contractor shall provide
and install devices to provide access to dwellings for residents (see
Section XI regarding steel plates available from the City).
6. Notice to residents and businesses. Forty eight hours before restricting
vehicular or pedestrian access to residents or businesses (including
churches and schools), the Contractor shall distribute to each affected
address a written notice stating when construction operations will start
and approximately when access will be restored. The written notices
shall be prepared by the engineer. The Contractor shall insert the
applicable dates and times at the time he distributes the notices. Errors
in distribution of notices, false starts, acts of God, strikes or other
• • SP7of70
alternations of the schedule will require that the Contractor redistribute
the notices to all affected.
VII. "NO PARKING. TOW - AWAY" SIGNS
When the work necessitates temporary prohibition of on- street parking or
access during construction, the Contractor shall furnish, install, and
maintain in place, "NO PARKING, TOW- AWAY" signs (even if streets
have posted "NO PARKING" signs) which he shall post at least 48 hours in
advance of the need for enforcement. City Police Department must verify
time of posting for enforcement.
"NO PARKING, TOW AWAY" signs shall (1) be made of white card
stock; (2) have minimum dimensions of 12 inches width by 18 inches
height, and (3) be similar to design and color to Sign No. R -38 of the
Caltrans Uniform Sign Chart.
The Contractor shall print the hours, days and date of closure in 2- inch -high
letters and numbers. A sample of the completed sign shall be approved by
the Engineer prior to posting.
Errors in posting "NO PARKING, TOW- AWAY" signs, false starts, acts of
God, strikes, or other alterations of the schedule will require that the
Contractor re -post the "NO PARKING, TOW- AWAY" signs.
All costs for provided traffic control, including all requirements as detailed
in this Section and as required for this construction project, shall be
included in the lump sum price bid for "Provide Traffic Control and
Delineation."
VIII. CONSTRUCTION SURVEY & STAKING
The Engineer will provide construction staking as required to construct the
improvements. Any additional stakes of any restaking or costs thereof shall
be the responsibility of the Contractor. The Contractor shall notify the City
in Writing two (2) working days in advance of the time that the stakes are
needed.
IX. PROTECTION OF PUBLIC/PRIVATE PROPERTY
Property lines abutting the proposed improvements are indicated on the
plans. Prior to construction, the Contractor shall verify the location of
existing trees, structures, planters, plant materials, irrigation systems,
walkways, lighting, etc. and shall protect them in place and be responsible
for, at his sole expense, any damage to them resulting from construction of
0
• SPSof70
the improvements. In addition, the Contractor at his expense, shall redo
existing irrigation facilities within planters, as necessary. The Contractor
shall salvage any brick or other building materials encroaching within the
right -of -way in conflict with the work, and stack it neatly on the property
adjacent to the work.
In conjunction with Subdivision 6.143 and applicable sections of the
California Occupational Safety and Health Act (CAL /OSHA), the
Contractor shall take such precautions as are necessary to protect all
workmen engaged in the performance of the work specified, provide safe
passage to and from adjacent areas that may be affected by the work,
protect the public from hazardous conditions, and place and maintain
necessary guards, barriers, lights, signs, etc. to prevent injuries and
accidents.
Where existing roadways or working areas are in use, the Contractor shall
make provisions for trench crossings at these places either by means of
constructing backfills, temporary bridges or installing steel plate covers to
permit safe passage of traffic. See Section XI Steel Plates.
Full compensation for the work involved in carrying out the precautionary
measures specified above shall be considered as included in the price bid for
all the work and no additional allowance will be made therefor.
The Contractor shall protect all existing visible structures and all
underground utilities shown on the drawings and will be held responsible
for any damage resulting from his failure to protect these facilities
adequately.
The drawings show conditions as they exist according to the most reliable
information available, but in the event, at the time of installation, a pipe,
conduit or other obstruction is found to be in the space required to be
occupied by the facilities to be installed under these specifications, the
Contractor shall notify the Engineer at once regarding the interference and
await instructions. The Engineer will use all means at his disposal to
ascertain the facts regarding the interference in order that he may issue
instructions as to procedure in as short a time as possible. However, the
Contractor shall have no claim against the City because of delay due to the
time or manner of procedure ordered by the Engineer.
Full compensation for protecting structures and utilities, including supports
and blankets shall be considered as included in the unit price per linear foot
of pipe and no additional allowance shall be made therefor.
X. WATER
0 SP9of70
If the Contractor desires to use City's water, he shall arrange for a meter
and tender a $750 meter deposit with the City. Upon return of the meter in
good condition to City, the deposit will be returned to the Contractor, less
a quantity charge for water usage.
XI. STEEL PLATES
The City can provide, a limited quantity of 1 -inch thick, 5' x 10' steel trench
plates. These plates may be obtained for a rental charge of $15.00 per plate
per week or part thereof. There is a $100.00 deposit for use of the City's
lifting eye fitting for the use of trench plates. These plates may be obtained
from and shall be returned to the City's Utility Yard at 949 West 16th
Street. To determine the number of plates available and to reserve the
plates, the Contractor must call the City's Utilities Superintendent, Mr.
Peter Antista, at (714) 644 -3011.
XII. SURFACE AND GROUNDWATER CONTROL
Groundwater will be encountered at certain sites in the project area. The
Contractor will be responsible for providing, installing, maintaining and
operating a dewatering system in the project area. Groundwater or surface
runoff water containing mud, silt or other deleterious material due to the
construction of this project shall be treated by filtration or retention in
settling basin(s) sufficient to prevent such material from migrating into the
bay. Untreated water shall not be conveyed directly into storm drains or
sewers.
Water with sulfides will not be allowed in the storm drain or bay and must
be desilted and treated prior to discharge.
In addition, the Contractor shall provide for drainage of runoff into the bay
and for control of high tide sea water encroachment onto streets during
construction. The Contractor shall schedule work around tidal fluctuations
as necessary. In order to keep streets from flooding, the tide gates are
closed by City forces whenever tides reach elevation 2.7 feet above sea
level, approximately (5.4 feet above mean lower low water).
The Contractor shall procure all necessary permits including an
Encroachment Permit from the City. The City Permit fee will be waived.
The Contractor is solely responsible for strict adherence to all permit
requirements.
0
XIII. CONSTRUCTION DETAILS
A. MOBILIZATION
• SP 10 of 70
Mobilization shall include the general site maintenance required to
keep the project site in a neat and orderly condition through the
construction period.
B. UNCLASSIFIED EXCAVATION
Unclassified Excavation shall include the removal of the native
materials as needed to place the new pavement sections and
roadway improvements, and the disposal or recycling of the
generated material, including unclassified fill.
C. REMOVALS
Existing P.C.C. and A,C. improvements shall be sawcut
prior to removal. No stompers, breakers, or hoe rams will
be allowed. Should the Contractor damage the sawcut edge
during or after removal, the damaged edge shall be removed
by additional sawcutting and replaced at the Contractor's
sole expense.
D. EXCAVATION AND EARTHWORK
Unless otherwise specified, excavation and backfill shall be in
accordance with the SSPWC Section 300, and /or as specified
herein. Trench cross - section shall be in accordance with City of
Newport Beach Std -106 -L unless otherwise shown on plans.
Trenches shall be excavated to the alignment and grade as shown on
the drawings, and shall be kept free of water during installation of
the storm drain lines and /or structures. Any water removed from
excavations shall be disposed of in a manner which will not interfere
with other operations in the area. The water level can be expected
to change in response to tidal fluctuations, seasonal rainfall, and
pumping. Dewatering shall continue until backfill has been
completed.
No trench shall be excavated more than 200 feet in advance of the
construction or be left unfilled for more than 200 feet in the rear
thereof, unless otherwise specified or approved by the Engineer.
r-�
• SP 11 of 70
No trench shall be backfilled until after inspection by the Engineer
and in -place surveys of the storm drain lines and existing lines
encountered have been completed. All trenches must be backfilled
or plated at the end of the day.
All backfill shall be placed in horizontal layers of a depth compatible
with the material being placed and the method and type of
equipment being used to obtain at least 90% relative compaction.
Slurry bedding and backfill shall conform to Section 201 of
SSPWC.
All removed excess soil material shall be promptly disposed of at a
site outside the City. (See Section XIV.)
Material not suitable for use in the backfill, including rock larger
than six inches in diameter, broken Portland cement concrete and /or
other debris, shall not be used in the backfill but shall be disposed of
outside the City, complying with disposal regulations, and fees.
Full compensation for excavation, backfilling, bedding, dewatering,
and disposal of excess and unsuitable material shall be considered as
included in the unit prices bid per linear foot of pipe and no
additional allowance will be made therefor.
E. EXCAVATION SHORING
The Contractor shall submit to the Engineer an acceptable detailed
plan showing the design of shoring, bracing, sloping or other
provisions to be made for worker protection from the hazard of
caving ground where an excavation or trench is 5 feet or more in
depth. If such plan varies from the shoring system standards
established by the Construction Safety Orders, the design shall be
prepared by a registered Civil or Structural Engineer. No shoring,
sloping or protective system less effective than that required by the
Construction Safety Orders of the Division of Industrial Safety shall
be submitted or used in such excavation. The Contractor shall not
commence such excavation until said detailed design has been
accepted by the City.
All shoring work under these plans and specifications for
excavations or trenches 5 feet or more in depth shall be bid as a
separate item. This item shall include adequate sheeting, shoring
LI
• SP 12 of 70
and bracing or equivalent method for the protection of life or limb
which conforms to applicable safety orders.
The Contractor shall obtain a permit to perform excavation or
trench work from the State of California, Department of Industrial
Relations (CAL - OSHA), prior to excavating any trench 5 feet or
more in depth. The Contractor shall also submit drawings to the
Engineer in accordance with Sections 7 -10.4 and 2 -5.3 of the
Standard Specifications. All costs incurred to obtain the Engineer's
approval shall be included in the various related items of work, and
no additional compensation will be allowed.
F. ASPHALTIC CONCRETE PAVEMENT AND
OVERLAY PREPARATION
Asphaltic concrete pavement includes surface course and base
course. Surface course asphalt concrete shall be Type III -C3-
AR4000. Base course asphalt concrete shall be Type III -B2-
AR8000.
Asphalt concrete base course is defined as (1) the asphalt required
in pavement reconstruction areas to bring the area flush with the
adjacent existing pavement, and (2) the asphalt required to bring
thick A.C. overlays to within 2" of the proposed finished grade.
Asphalt concrete surface course is defined as (I) asphalt overlay
placed on existing pavement where the overlay required is 2" or less
and (2) the asphalt overlay placed on A.C. base course at pavement
reconstruction areas (the surface course overlay depth should match
the adjacent proposed overlays).
At locations where new asphaltic concrete pavement is
joining existing asphaltic pavement, the Contractor shall sawcut to
provide straight, neat lines and place the new asphaltic concrete to
form a smooth transition. Payment for sawcutting pavement shall
be included in the pay item for Unclassified Excavation.
G. PORTLAND CEMENT CONCRETE
All exposed concrete surfaces shall conform in grade, color and
finish to all adjoining curbs, walks, and other improvements.
0
• SP 13 of 70
Stamped concrete shall be done in accordance with Section 303 -6
of the Standard Specifications. Coloring shall be terra cotta and
shall match the pattern and finish of the stamped concrete located at
the Balboa Boulevard median from 12th Street to 14th Street. The
median paving shall be lightly stamped to accommodate pedestrian
traffic.
All concrete shall be 560 -C -3250.
Steel reinforcing bars shall be deformed bars of intermediate grade
and shall conform to the specifications of ASTM A615, Grade 40 or
60. Reinforcing bars shall be securely wired at all intersections.
Concrete construction, finishing, and curing shall be in accordance
with SSPWC Section 303. Full payment for concrete placing,
finishing, curing and reinforcement shall be considered as included
in the unit price of catch basins, junction structures, and no
additional allowance shall be made therefor.
H. STORM DRAIN SYSTEM
The storm drain work shall consist of installing storm drain lines,
catch basins and junction structures.
Storm drain line pipe shall be reinforced concrete pipe (Alt. A) with
rubber gasketed joints conforming to SSPWC Section 207,
Temporary PVC storm drain line shall have gasket joints and shall
conform to SSPWC Section 207. Installation and testing shall be in
accordance to SSPWC Section 306.
Storm drain line pipe shall be P.V.C. water pipe (Alt. B) A.W.W.A.
C -900, Class 200, SDR 14 with rubber gasketed joints conforming
to ASTM Standard F -477.
Storm drain junction structure shall be the size and type shown on
the drawings. Precast units shall be manufactured in accordance
with ASTM C478.
Frames and covers shall be made from gray iron castings complying
with ASTM A -48, Class 30. Frames and covers shall be Alhambra
Foundry, or equal, and shall be hot - dipped in asphalt at the foundry
and not coated with lacquer. Frames and covers shall be well made,
sound and free from shrinkage cracks, blow holes and other defects,
and in all respects comply with the best foundry practice with all
surfaces smooth and free of fins, burnt sand and patch welding.
0 • SP 14 of 70
Full payment for frames and covers shall be considered as included
in the unit prices bid for each catch basin and junction structure.
I. UTILITIES
Existing underground utilities are shown per available records only.
The Contractor shall be responsible for field verifying the actual
locations and elevations of existing utilities prior to beginning
construction of the new facilities.
Adjustment to grade of gas meters, electrical and telephone vaults,
cable T.V. pullboxes, and any other utility -owned facilities will be
done by the utility companies. Adjustment to grade of City -owned
and County Sanitation District facilities will be done by the
Contractor as called for in the construction notes and provided for
in the Standard S ep cifications.
J. TRAFFIC STRIPING AND PAVEMENT MARKINGS
This item of work shall be done in accordance with Section 201 -1.6,
"Paint for Traffic Striping, Pavement Marking and Curb Marking"
and Section 310 -5.6, 'Painting Traffic Striping, Pavement
Markings, and Curb Markings," of the Standard Specifications,
except as supplemented or modified below. Striping details shown
on the Striping Plan refer to the State of California, Department of
Transportation Standard Plans, dated July 1992.
Paint for traffic striping and pavement markings shall be white
Formula Number 2572 -A9 and yellow Formula Number 2573 -A9 as
manufactured by J.E. Bauer Company.
Delete Paragraph I of Subsection 310 - 5.6.7, "Layout, Alignment
and Spotting" of the Standard Specifications and add the following:
"The Contractor shall perform all layout, alignment and spotting.
The Contractor shall be responsible for the completeness and
accuracy of all layout, alignment and spotting. Traffic striping shall
not vary more than 1/2 inch in 40 feet from the alignment shown on
the Plans. The Contractor shall mark or otherwise delineate new
traffic lanes, limit lines, pavement markings, etc., within 24 hours
after removing or covering existing striping and markings. No
street shall be without the proper sti iping over a weekend."
0 . SP 15 of 70
If the Contractor fails to perform striping as specified herein, the
Contractor shall cease all contract work until the striping has been
properly performed. Such termination of work shall require that the
Contractor reinstall "NO PARKING, TOW- AWAY" signs and
renotify residents in accordance with Section VII herein,
respectively, at the Contractor's sole expense.
If the Contractor removes, covers or damages existing striping or
raised pavement markers outside of the work area, he shall re -stripe
or replace the striping or pavement markers at his sole expense.
The Contractor shall paint or otherwise delineate, to the satisfaction
of the Engineer, temporary traffic lanes when two opposing traffic
lanes are adjacent or when there is more than one lane in any one
direction and when this temporary condition shall exist for more
than three consecutive days. Two applications of paint may be
necessary to maintain adequate delineation and may be required on
base pavement surfaces depending on construction phasing.
New raised pavement buttons and markers shall be provided and
installed per Plan by the Contractor in accordance with Section 85,
"Pavement Markers," of the State of California's Standard
Specifications, except that new non - reflective pavement markers
(Types A and AY) shall be ceramic and all new reflective pavement
markers shall have glass- covered reflective faces, and raised
pavement markers for the location of fire hydrants shall conform to
City of Newport Beach Std - 902 -L. The Contractor shall clean,
protect, or replace within 24 hours raised pavement buttons and
markers that have been damaged, removed, or covered as a result of
the Contractor's work.
Traffic stripes and pavement markings shall be applied in two coats.
The first coat of paint shall be dry before application of the second
coat. At least one coat of paint shall be applied for striping and
markings within 24 hours after placing asphalt concrete overlay.
Where striping details shown on the Plans specify raised pavement
markers off, such as in Details 4, 7, 10, 13, 14, etc., one coat of
the appropriate color paint shall be applied within 24 hours after
placing asphalt concrete overlay. Raised pavement markers shall
then be installed within 15 to 30 days after placing asphalt concrete
overlay, and shall be placed directly over the striping.
Thermoplastic traffic striping and pavement markings shall be Alkyd
type and shall be installed per plan by the Contractor in accordance
with Section 84 -2 "Thermoplastic Traffic Stripes and Pavement
0
• SP 16 of 70
Markings" of the State of California's Standard Specifications.
Thermoplastic shall be warranted by the Contractor against
blistering, bleeding, excessive cracking, staining, discoloring,
stripping and poor adhesion for at least I year.
K. N.P.D.E.S. COMPLIANCE
Construction shall include all efforts to comply with the County of
Orange NPDES Drainage Area Management Plan. This plan
requires the Contractor to maintain the construction site in
accordance with construction practices as provided in Section 7 -8,
"Project Site Maintenance" and Section 7 -10, "Public Convenience
and Safety" of the Standard Specifications. Compliance of the
aforementioned sections shall constitute meeting the NPDES
Drainage Area Drainage Plan requirements for this project.
XIV. SOLID WASTE DIVERSION
Unless specified elsewhere in this contract, all non - reinforced Portland
cement concrete and asphalt concrete waste generated from the job sites
shall be disposed of at a facility which crushes such materials for reuse.
Excess soil and other 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 total solid wastes disposed of at sanitary landfills. The
Contractor shall report said tonnage's monthly to the Engineer on a form
provided by the Engineer.
XV. AGGREGATE BASE
Aggregate base shall be Class 2 and shall conform to the provisions in
Section 26, "Aggregate Base," of the Caltrans Standard Specifications and
these special provisions.
Placement and compaction of base materials shall conform to Section 26 of
the Standard Specifications. Base material shall be compacted to 95
percent relative compaction.
XVI. PALM TREE PLANTING AND MAINTENANCE
GENERAL, CONDITIONS
0
• SP 17 of 70
The requirements of the "General Conditions of the Contract" and of
Division 1, "General Requirements," shall apply to all work of this Section
with the same force and effect as though repeated in full herein.
SCOPE OF WORK
A. Work included: All labor, materials, appliances, tools, equipment,
facilities, transportation, pruning, skinning, backfill, planting
maintenance, and services necessary for and incidental to performing all
operations of the work of this section, complete, as shown on the
drawings or specified herein. Work includes but is not necessarily
limited to the following:
1. Removal and relocation of existing palm trees.
2. Planting of new palm trees, as required by plan.
3. Coordination with work related to other sections which may affect
schedule and performance of work under this section.
B. Related work in other sections: The work of other sections related to
the work of this section includes, but is not limited to, the following:
1. Section XVII — Irrigation Systems.
2. Section XVII — Soil Preparation.
3. Section XIX — Trees and Shrubs.
4. Section XX — Landscape Establishment.
GUARANTEE
Newly planted palm trees shall be guaranteed against any and all poor,
inadequate, or inferior workmanship for a period of one (1) year following
planting and acceptance by the City. Labor and material bonds shall be
retained as a warranty. During the guarantee period any material found
dead or not in a satisfactory growth condition shall be removed from the
site within 10 working days. These trees and disturbed improvements shall
be replaced at no expense to the City, with the same variety and size as
originally designated. palms and all disturbed areas shall be guaranteed for a
period of one (1) year from item of planting to the satisfaction of the
Engineer.
0 • SP 18 of 70
OBSERVATIONS
A. Observation schedule: The Contractor shall contact the Engineer a
minimum of 48 hours (two working days) in advance to schedule
required inspections. Observations are required as follows:
1. Inspection by palm tree expert approved by the Engineer.
Contractor shall contact, schedule, and pay for inspection.
Contractor to coordinate inspection with palm tree expert, and
submit copy of palm tree expert's inspection approval to the
Engineer for approval prior to delivering palms to site.
2. Observation by Engineer: All palms will be observed by the
Engineer prior to delivery for height, girth, and overall form in
meeting design intent. Said observation and approval does not
constitute a review of the palm's health, vigor, and required health -
free state after delivery, for which the Contractor is solely
responsible.
3. Inspections and /or observations required:
a. On -site inspection prior to delivery of new /additional palm tree
source for conformance to specifications.
b. On -site inspection prior to digging of existing/relocated palm
trees for approval of palms health. Any tree suspected of having
a disease shall not be used.
c. On -site inspection of all equipment to be used in the removal,
backfill, and replacement of palm trees.
d. Inspection and approval of palm tree locations prior to digging
pits.
e. Inspection of palm - planting operations in place.
f. Inspection for final acceptance and release from maintenance.
PROTECTION AND RESTORATION OF EXISTING
IMPROVEMENTS
A. Exercise extreme care in excavating planting, or working near existing
utilities, or irrigation systems. Contractor shall be responsible for
damage to utilities which are caused by his operations or neglect.
•
. SP 19 of 70
Check existing utility drawings and as -built plans for existing utility and
irrigation locations.
B. Replace all plant materials disturbed by excavation, planting or
replanting. After tree is in place, blend planting or ground cover or turf
with existing (as applicable).
PLANTING SEQUENCE
A. Locate and tag palm trees at source for observation and approval by (1)
palm tree expert for disease and (2) Owner's Representative for design
intent.
B. Plant palm trees as specified.
C. Provide guarantee statements and final inspection approval.
JOB CONDITIONS
Perform actual planting only when weather and soil conditions are suitable
in accordance with locally accepted practice.
SAMPLES AND TESTS
The Engineer reserves the right to take and analyze samples of materials for
conformity to specifications at any time. Contractor shall furnish samples
upon request by the Engineer. Rejected materials shall be immediately
removed from the site at Contractor's expense. Cost of testing of materials
not meeting specifications shall be paid by Contractor.
PALM BACKFILL SOIL
Backfill amendments shall be composed of sharp washed plaster sand, with
little or no clay or silt (less than 10 percent) and no chemical characteristics
injurious to new rooting and the growth of the palms. Sand shall be water
jetted during the backfilling operation.
FERTILIZER
A. Root Growth Stimulant: Stimulant shall be Vitamin B -1 as
manufactured by Cal - liquid, Cooke, Chican, Ortho, or approved equal.
B. Fertilizer will not be used at time of planting. After four months use a
light application of 20 -10 -5 fertilizer, approved by the Engineer,
approximately 1/2 lb. nitrogen per tree cultivated into the soil.
•
INSTALLATION
. SP 20 of 70
PALM TREE SOURCE AND PREPARATION FOR PLANTING
A. Obtain source of new palms for inspection and approval by Engineer.
B. Submit documentation and permits (if required) that the source of palm
trees has been approved. It is the Contractor's responsibility to obtain
palms from an approved source and replace or repair damage from palm
tree removal (if applicable).
C. New palms collected for planting shall be grown under climatic
conditions similar to those in locality of this project.
D. All palms (whether existing to be relocated or new) shall be inspected
by the Engineer to include health, defronding, tying and palm removal.
Any palms rendered unsuitable for planting because of this inspection
shall not be used. Reinspection of suitable palms will be at the cost of
the Contractor.
E. All new palms must be tagged, inspected, and approved at one location,
by the Engineer for planting prior to shipment and installation.
Contractor shall assume full responsibility for all costs necessary for
failure to follow procedures herein.
F. Defronding and Tying.
In preparing palm trees for relocation, all dead fronds shall be
removed and the entire trunk skinned clean with linoleum knives to
the height of the green fronds, consistent for all trees. Care shall be
taken to prevent injury to the trunk of the tree. Green fronds below
a horizontal position shall be neatly cut off, leaving a 4" stub.
2. All remaining fronds above horizontal shall be lifted up and tied
together in two locations around the crown in an upright position.
Due caution shall be taken not to bind or injure the crown. A
lightweight cotton rope or cord, not less than 1/4" diameter, shall be
used in tying up the fronds; wire will be not be permitted. After
tying, the tips of the fronds shall be "hedged -off above the crown
approximately 1/4 to 1/2 of the frond length. Defronding and tying
work shall be completed prior to digging the rootball. Submit
documentation that palms have been reviewed by a licensed
11
• SP 21 of 70
horticulturist or qualified plant pathologist. Documentation shall
indicate palms are disease free.
G. Digging the Rootball:
1. When digging out the rootball, no excavation shall be done closer
than 24" to the trunk at ground level and the excavation shall extend
below the major root system to a minimum depth of six (6) feet.
The bottom of the rootball shall be cut off square and perpendicular
to the trunk below the major root system. Under no conditions
shall the Contractor cut down the size of the rootball in width or
depth.
2. The Contractor shall not free -fall, drag, roll, or abuse the tree or put
a strain on the crown at any time. A protective device shall be used
around the trunk of the tree while lifting and relocating so as not to
scar or skin the trunk in any way. This device shall consist of
multiple layers of burlap or carpet and lumber sufficiently sized to
withstand the cable /choker pressure. If palm is laid down, support
trunk of palm with wood blocks so head is elevated off ground.
H. Palm Storage
If storage is necessary prior to planting, the palms may be left lying
horizontally on the ground (as described above) with the rootball
completely covered from sunlight. The rootball must be kept moist by
the application of water, either by an efficient drip system or spray
system. The combination of wrapping the rootball with two (2) layers
of burlap and the application of wood chip shavings is the
recommended procedure for conserving moisture in the rootball. Palms
shall not be left lying in one position for more than thirty (30) days
without rotating the trunk 180 degrees.
At no time will palms be balled out and laid directly on the ground with
rootball left exposed to direct sunlight and air. The rootball shall be
kept moist and shaded at all times.
PLANTING OF PALMS
A. Secure approvals, including backfill inspection prior to planting.
B. Perform actual planting only when weather and soil conditions are
acceptable.
0
5P 22 of 70
C. Care shall be taken in lifting the trees so that there will not be scarring
or damage to the tree trunk, the crown or the rootball.
D. Prior to excavation of the pits, verify alignment with the Engineer
who has marked location of the trees as per plan.
E. All excavated holes shall have vertical sides with roughened surfaces
and shall be of a size that is approximately twice the diameter and
depth of the rootball. palms may be lowered one (1) foot maximum
deeper into the ground than the original grade line for the palms.
F. The backfill below the rootball shall be compacted sufficiently to
prevent the rootball from sinking.
G. Center palm in pit and align with other palms.
H. Set palm in planting pit and backfill with 100 percent washed sand
holding palm in plumb position with crane while sand is "jetted" with
water hose around rootball.
I. Root stimulant (Vitamin B1) shall be applied after the backfilling
operation is completed. Stimulant shall be poured full strength
equally distributed around the rootball, and water jetted into the
backfill.
J. Excess soil generated from the planting holes, and not used as backfill
or in establishing the final grades, shall be removed from the site at
Contractor's expense.
K. Trunks shall not be excessively buried to assure palm stability.
Burying the palm trunk shall not exceed one (1) foot. Digging a large
ball will help secure its stability.
L. Protect all areas from excessive compaction when trucking plants or
other material to the planting site.
M. Build 8" high earth watering basin above perimeter of rootball and fill
with water as needed to permit water to percolate through entire
rootmass.
N. Hand water palms until maintenance period is completed.
•
• SP 23 of 70
O. Use a soil probe often to determine effectiveness of watering
schedule, checking rootball soil moisture and to verify acceptable
drainage within the planting pit.
P. For use as a starting point only, a basic watering schedule could
consist of bi- weekly watering in warm weather and bi- monthly
watering in cooler weather.
Q. Regular use of a soil probe provides essential information needed to
fine tune your watering schedule to suit specific site conditions,
seasonal changes in weather, etc.
R. Install timed release palm spikes per City of Newport Beach Urban
Forester, John Conway, 644 -3085.
CLEAN -UP
Following planting work, all remaining excavation shall be backfilled and
compacted in accordance with the requirements of the Engineer. Burying
of debris in holes will not be permitted. All excess soil and debris from the
relocation work shall be disposed of off the site by the Contractor. This
site shall be left neat and clean to the satisfaction of the Engineer.
MAINTENANCE
The Contractor will be responsible for maintenance of all installed new
palms and existing palms for a period of 100 calendar days or until field
acceptance of the total project, which ever occurs last. Maintenance will
include weekly water management to include soil probing and observation
of soil moisture, and palm tree pruning. Pruning will be done to maintain a
neat appearance as approved by the Landscape Architect. Proposed
pruning schedule will be submitted to the Engineer for approval.
XVII. IRRIGATION SYSTEM
DESCRIPTION
Scope of Work: Provide all labor, materials, transportation, and services
necessary to furnish and install the Irrigation System as shown on the
Drawings and described herein.
QUALITY ASSURANCE & REQUIREMENTS
A. Permits and Fees: The Contractor shall obtain and pay for any and
all permits and all inspections required by permits.
• 0 SP 24 of 70
B. Manufacturer's Directions: Manufacturer's directions and detailed
drawings shall be followed in all cases where the manufacturers of
articles used in this Contract furnish directions covering points not
shown in the Drawings and Specifications.
C. Ordinances and Regulations: All local, municipal and state laws, and
rules and regulations governing or relating to any portion of this
work are hereby incorporated into and made a part of these
Specifications, and their provisions shall be carried out by the
Contractor. Anything contained in these Specifications shall not be
construed to conflict with any of the above rules, regulations, or
requirements. However, when these Specifications and Drawings
call for or describe materials, workmanship, or construction of a
better quality, higher standard, or larger size than is required by the
above rules and regulations, the provisions of these Specifications
and Drawings shall take precedence.
D. Explanation of Drawings:
I . Due to the scale of the Drawings, it is not possible to indicate all
offsets, fittings, sleeves, etc., which may be required. The
Contractor shall carefully investigate the structural and finished
conditions affecting all of his work and plan his work
accordingly, furnishing such fittings, etc., as may be required to
meet such conditions. Drawings are generally diagrammatic and
indicative of the work to be installed. The work shall be installed
in such a manner as to avoid conflicts between the irrigation
system, planting, and architectural features.
2. All work called for on the Drawings by notes or details shall be
furnished and installed whether or not specifically mentioned in
the Specifications.
3. The Contractor shall not willfully install the irrigation system as
shown on the Drawings when it is obvious in the field that
obstructions, grade differences, or discrepancies in area
dimensions exist that might not have been considered in
engineering. Such obstructions or differences should be brought
to the attention of the Engineer. In the event this notification is
not performed, the Contractor shall assume full responsibility for
any revision necessary.
SUBMITTALS
• • SP 25 of 70
A. Material List:
1. The Contractor shall furnish the articles, equipment, materials, or
processes specified by name in the Drawings and Specifications.
No substitution will be allowed without prior written approval by
the Engineer.
2. Complete material list shalt be submitted prior to performing any
work. Material list shall include the manufacturer, model
number, and description of all materials and equipment to be
used. Although manufacturer and other information may be
different, the following is a guide to proper submittal format:
Item No. Description Manufacturer Model No.
Backflow Preventer Febco 825Y
2 Gate Valve Nibco T -113
3 Etc. Etc. Etc.
Irrigation submittal must be specific and complete. All items
must be listed and should include solvent /primer, wire, wire
connectors, valve boxes, etc. No copies of manufacturer's
literature (catalog cuts) are required as submittal information.
3. The Contractor may submit substitutions for equipment and
materials listed on the Irrigation Drawings by following
procedures as outlined in these Irrigation Specifications.
4. Equipment or materials installed or furnished without prior
approval of the Engineer may be rejected and the Contractor may
be required to remove such materials from the site at his own
expense.
5. Approval of any item, alternative or substitute indicates only that
the product or products apparently meet the requirements of the
Drawings and Specifications on the basis of the information or
samples submitted.
6. Manufacturer's warranties shall not relieve the Contractor of his
liability under the guarantee. Such warranties shall only
supplement the guarantee.
0 • SP 26 of 70
B. Record Drawings:
1. The Contractor shall provide and keep up -to -date a complete
record set of blueline ozalid prints which shall be corrected daily,
showing every change from the original Drawings and
Specifications and the exact installed locations, sizes, and kinds
of equipment. Prints for this purpose may be obtained from the
Engineer at cost. This set of drawings shall be kept on the site
and shall be used only as a record set.
2. These drawings shall also serve as work progress sheets and shall
be the basis for measurement and payment for work completed.
These drawings shall be available at all times for observation and
shall be kept in a location designated by the Engineer. Should the
record blueline drawing progress sheets not be available for
review or not be up -to -date at the time of any observation, it will
be assumed no work has been completed and the Contractor will
be assessed the cost of that site visit at the current billing rate of
the Engineer. No other observations shall take place prior to
payment of that assessment.
3. The Contractor shall make neat and legible notations on the
record drawing progress sheets daily as the work proceeds,
showing the work as actually installed. For example, should a
piece of equipment be installed in a location that does not match
the plan, the Contractor must indicate that equipment has been
relocated in a graphic manner so as to match the original symbols
as indicated in the irrigation legend. The relocated equipment
and dimensions will then be transferred to the original record
drawing plan at the proper time.
4. Before the date of the final observation, the Contractor shall
transfer all information from the "record drawing" prints to a
sepia mylar or similar mylar material procured from the Engineer.
All work shall be in waterproof India ink and applied to the mylar
by a technical pen made expressly for use on mylar material.
Such pen shall be similar to those manufactured by Rapidograph,
Kueffell & Esser, or Faber Castell. The dimensions shall be made
so as to be easily readable even on the final controller chart. The
original mylar "record drawing" plan shall be submitted to the
Engineer for approval prior to fabricating the controller chart.
• . SP 27 of 70
5. The Contractor shall dimension from two (2) permanent points of
reference, such as building corners, sidewalk edges, road
intersections, etc., the location of the following items:
a. Connection to existing water lines.
b. Gate valves.
c. Routing of sprinkler pressure lines (dimension max. 100'
along routing).
d. Electric control valves.
e. Routing of control wiring.
f. Quick coupling valves.
g. Other related equipment as directed by the Engineer.
6. On or before the date of the final field observation, the
Contractor shall deliver the corrected and completed sepias to the
Engineer. Delivery of the sepias will not relieve the Contractor
of the responsibility of furnishing required information that may
be omitted from the prints.
C. Operation and Maintenance Manuals:
1. Prepare and deliver to the Engineer within ten calendar days prior
to completion of construction, two hard - cover, three -ring binders
containing the following information:
a. Index sheet which states Contractor's name, address, and
telephone number, and which lists each installed equipment
and material item, including names and addresses of
manufacturers' local representatives.
b. Catalog and parts sheets on every material and equipment
item installed under this Contract.
c. Complete operating and maintenance instructions on all major
equipment.
d. Guarantee statement.
• • SP 28 of 70
2. In addition to the above mentioned maintenance manuals, provide
the Engineer with instructions for major equipment and show
evidence in writing to the Engineer at the conclusion of the
project that this service has been rendered.
D. Equipment to be Furnished:
1. Supply as a part of this contract the following tools:
a. Two (2) sets of special tools required for removing,
disassembling and adjusting each type of sprinkler and valve
supplied on this project.
b. A minimum of two (2) five -foot keys for operation of gate
valves. Provide two (2) keys for each type of operating
device (2" operating nut, cross handle, etc.).
c. One (1) quick coupler key and matching hose swivel for
every five (5) or fraction thereof of each type of quick
coupling valve installed.
2. The above mentioned equipment shall be turned over to the
Engineer at the conclusion of the project. Before final
observation can occur, evidence that the City has received these
items must be shown to the Engineer.
PRODUCT DELIVERY, STORAGE, AND HANDLING
Handling of PVC Pipe and Fittings: The Contractor is cautioned to
exercise care in handling, loading, unloading, and storing PVC pipe and
fittings. All PVC pipe shall be transported in a vehicle which allows the
length of pipe to lie flat so as not to subject it to undue bending or a
concentrated external load at any point. Any section of pipe that has
been dented or damaged will be discarded, and if installed, shall be
replaced with new piping.
SUBSTITUTIONS
A. If the Contractor wishes to substitute any equipment or materials for
the equipment or materials listed on the Drawings and Specifications,
he may do so by providing the following information to the Engineer
for review:
• SP 29 of 70
1. Provide a statement indicating the reason for making the
substitution. Use a separate sheet of paper for each item to be
substituted.
2. Provide descriptive catalog literature, performance charts and
flow charts for each item to be substituted.
3. Provide the amount of cost savings if the substituted item is
approved.
B. The Engineer shall have the sole responsibility in accepting or
rejecting any substituted item as an approved equal to the equipment
and materials listed on the Drawings and Specifications.
GUARANTEE
A. The guarantee for the irrigation system shall be made in accordance
with the attached form. The General Conditions and Supplementary
Conditions of these Specifications shall be filed with the Engineer
prior to acceptance of the irrigation system.
B. A copy of the guarantee form shall be included in the operations and
maintenance manual.
C. The guarantee form shall be re -typed onto the Contractor's letterhead
and shall contain the following information:
GUARANTEE FOR IRRIGATION SYSTEM
We hereby guarantee that the irrigation system we have furnished
and installed is free from defects in materials and workmanship, and
the work has been completed in accordance with the Drawings and
Specifications, ordinary wear and tear, unusual abuse, or neglect
excepted. We agree to repair or replace any defects in material or
workmanship which may develop during the period of one year from
date of acceptance and also to repair or replace any damage resulting
from the repairing or replacing of such defects at no additional costs
to the City. We shall make such repairs or replacements within a
reasonable time, as determined by the City, after receipt of written
notice. In the event of our failure to make such repairs or
replacements within a reasonable time after receipt of written notice
from the City, we authorize the City to proceed to have said repairs
or replacements made at our expense and we will pay the costs and
charges therefore upon demand.
n
LI
PROJECT:
LOCATION:
SIGNED:
ADDRESSED:
PHONE:
DATE OF
ACCEPTANCI
PRODUCTS
MATERIALS
• SP 30 of 70
A. General: Use only new materials of brands and types noted on
drawings, specified herein, or approved equals.
B. PVC Pressure Main Line Pipe and Fittings:
1. Pressure main line piping for sizes 2" and larger shall be PVC
Class 315.
2. Class 315 pipe shall be made from an NSF approved Type I,
Grade I, PVC compound conforming to ASTM resin
specification D1784. All pipe must meet requirements as set
forth in Federal Specification PS- 22 -70, with an appropriate
standard dimension (S.D.R.) (Solvent -weld Pipe).
3. Pressure main line piping for sizes 1 -1/2" and smaller shall be
PVC Schedule 40 with solvent welded joints.
4. Schedule 40 pipe shall be made from NSF approved Type I,
Grade I PVC compound conforming to ASTM resin specification
D1785. All pipe must meet requirements as set forth in Federal
Specification PS- 21 -70.
5. PVC solvent -weld fittings shall be Schedule 40, 1 -2, II -I NSF
approved conforming to ASTM test procedure D2466.
6. Solvent cement and primer for PVC solvent -weld pipe and
fittings shall be of type and installation methods prescribed by the
manufacturer.
• • SP 31 of 70
7. All PVC pipe must bear the following markings:
a. Manufacturer's name
b. Nominal pipe size
C. Schedule or class
d. Pressure rating in P.S.I.
e. NSF (National Sanitation Foundation) approval
f Date of extrusion
8. All fittings shall bear the manufacturer's name or trademark,
material designation, size, applicable I.P.S. schedule and NSF
seal of approval.
C. PVC Non - Pressure Lateral Line Pipe and Fittings:
1. Non - pressure buried lateral line piping shall be PVC Class 200
with solvent -weld joints when installed in planting areas.
2. Non - pressure lateral line piping installed under paved areas shall
be PVC Schedule 40 with solvent welded joints.
3. Pipe shall be made from NSF approved, Type I, Grade II PVC
compound conforming to ASTM resin specification D1784. All
pipe must meet requirements set forth in Federal Specification
PS -22 -70 with an appropriate standard dimension ratio.
4. Except as noted in paragraphs 1, 2, and 3 of this section, all
requirements for non - pressure lateral line pipe and fittings shall
be the same as for solvent -weld pressure main line pipe and
fittings as set forth in section B of these Specifications.
D. Brass Pipe and Fittings:
1. Where indicated on the Drawings, use red brass screwed pipe
conforming to Federal Specification 9WW -P -351.
2. Fittings shall be red brass conforming to Federal Specification
#WW -P -460.
E. Copper Pipe and Fittings:
1. Pipe: Type K, hard tempered
2. Fittings: wrought copper, solderjoint type
• • SP 32 of 70
3. Joints shall be soldered with silver solder, 45% silver, 15%
copper, 16% zinc, 24% cadmium, solids at 1125° F. and liquids
at 1145'F.
F. Gate Valve:
1. Gate valves 3" and smaller shall meet the following requirements:
a. Gate valve shall be 125 lb. SWP bronze gate valve with
screw -in bonnet, nonrising stem, and solid wedge disc.
b. Gate valve shall have threaded ends and shall be equipped
with a bronze handwheel.
c. Gate valve shall be similar to those manufactured by Nibco or
approved equal.
2. All gate valves shall be installed per installation details.
G. Quick Coupling Valve:
1. Quick coupling valves shall have a brass, two -piece body
designed for working pressure of 150 P.S.I.
2. Quick coupling valve shall be operable with a quick coupler key.
Key size and type shall be as shown on the Drawings.
H. Backflow Prevention Unit:
1. Backflow prevention unit shall be of size and type indicated on
the irrigation drawings. Install backflow prevention unit in
accordance with irrigation construction details.
2. Wye strainer at backflow prevention unit shall have a bronzed
screwed body with 60 mesh monel screen and shall be similar to
Bailey #10013 or approved equal.
3. All pressure main line piping between the point of connection and
the backflow preventer shall be installed as required by local
code. The Contractor shall verify with the local governing body
as to material type and installation procedures prior to start of
construction. Submit shop drawing for approval.
I. Check Valve:
n
LJ
• SP 33 of 70
1. Swing check valves 2" and smaller shall be 200 pound W.O.G.
bronze construction with replaceable composition, neoprene, or
rubber disc and shall meet or exceed Federal Specification WW-
V-51D, Class A, Type IV.
2. Anti -drain valves shall be of heavy duty virgin PVC construction
with F.I.P. thread inlet and outlet. Internal parts shall be stainless
steel and neoprene. Anti -drain valve shall be field adjustable
against drawout from 5 to 40 feet of head. Anti -drain valve shall
be similar to the Valcon "ADV" or approved equal.
J. Control Wiring:
1. Wire requirements are as follows:
a. Unless otherwise noted, connections between an automatic
controller and its corresponding electric control valves shall
be made with direct burial copper wire AWG -U.F. 600 volt.
b. Control wiring installed in control wire conduit within
structure shall be made with AWG -TW solid copper wire.
c. Pilot wires shall be a different color wire for each automatic
sprinkler valve. Common wires shall be white with a different
color stripe for each automatic controller.
d. Install in accordance with valve manufacturer's specifications
and wire chart. In no case shall wire size be less than 414.
2. Wiring shall occupy the same trench and shall be installed along
the same route as pressure supply or lateral lines wherever
possible.
3. Where more than one (1) wire is placed in a trench, the wiring
shall be taped together at intervals of ten (10) feet.
4. An expansion curl shall be provided within three (3) feet of each
wire connection. Expansion curl shall be of sufficient length at
each splice connection at each electric control valve, so that in
case of repair, the valve bonnet may be brought to the surface
without disconnecting the control wires. Control wires shall be
laid loosely in trench without stress or stretching wire
conductors.
0
5. All splices shall be made
connectors, or approved equal.
connector sealing pack.
L. Electric Control Valve:
• SP 34 of 70
with Rainbird Snap -Tite wire
Make only one splice with each
1. All electric control valves shall be the same size and type shown
on the Drawings.
2. All electric control valves shall have a manual flow adjustment.
3. Provide and install one control valve box for each electric control
valve.
M. Valve Box:
1. Use 10" x 10 -1/4" round box for all gate valves, Carson
Industries #910 -12B with green bolt -down cover or approved
equal. Extension sleeve shall be PVC with minimum size of six
(6) inches.
2. Use 9 -1/2" x 16" x 11" rectangular box for all electric control
valves, Carson Industries #1419 -12B with green bolt -down cover
or approved equal.
3. Use 10" diameter x 10 -1/4" deep round plastic valve box for all
quick coupling valves, Carson Industries 4910 -12B with green
bolt -down cover or approved equal.
N. Sprinkler Head:
1. All sprinkler heads shall be of the same size, type, and deliver the
same rate of precipitation with the diameter (or radius) of throw,
pressure, and discharge as shown on the Drawings and/or as
specified herein.
2. Spray heads shall have a screw adjustment.
3. Riser units shall be fabricated in accordance with the installation
details.
4. Riser nipples for all sprinkler heads shall be the same size as the
riser opening in the sprinkler body.
• • SP 35 of 70
5. All sprinkler heads of the same type shall be by the same
manufacturer.
O. Identification Tag:
I.D. tags for electric control valves shall be manufactured from
Polyurethane Behr Desopan. Use Christy's standard tag hot -
stamped with black letters on yellow background. Tags shall be
numbered to match programming shown on the Drawings.
Provide one tag for each electric control valve.
2. I.D. tags for quick coupling valves shall be manufactured from
Polyurethane Behr Desopan. Use Christy's maxi tag, hot -
stamped with black letters on purple background. Tags shall read
"Warning - Unsafe Water - Do No Drink." Tag shall be printed
in English on one side and Spanish on the other. Provide one tag
for each quick coupling valve.
3. Special order tags from T. Christy Enterprises, 403 West Brenna
Lane, Orange, CA 92667. Phone (714) 771 -4142 and Fax (714)
771 -3029.
P. Miscellaneous Irrigation Equipment:
1. Refer to the Drawings for sizes and types of miscellaneous
irrigation equipment.
2. All miscellaneous irrigation equipment shall be as specified or
approved equal.
EXECUTION
OBSERVATION OF SITE CONDITIONS
A. All scaled dimensions are approximate. The Contractor shall check
and verify all size dimensions and receive approval from the Engineer
prior to proceeding with work under this Section.
B. Exercise extreme care in excavating and working near existing
utilities. The Contractor shall be responsible for damages to utilities
which are caused by his operations or neglect. Check existing
utilities drawings for existing utility locations.
• SP 36 of 70
C. Coordinate installation of sprinkler irrigation materials including pipe,
so there shall be NO interference with utilities or other construction
or difficulty in planting trees, shrubs, and ground covers.
D. The Contractor shall carefully check all grades to satisfy himself that
he may safely proceed before starting work on the irrigation system.
PREPARATION
A. Physical Layout:
1. Prior to installation, the Contractor shall stake out all pressure
supply lines, routing and location of sprinkler heads.
2. All layout shall be reviewed by the Engineer prior to installation.
B. Water Supply:
1. The irrigation system shall be connected to water supply point(s)
of connection as indicated on the Drawings.
2. Connections shall be made at the approximate location(s) shown
on the Drawings. The Contractor is responsible for minor
changes caused by actual site conditions.
C. Electrical Supply:
1. Electrical connections for any and all automatic controllers shall
be made to electrical point(s) of connection as indicated on the
Drawings.
2. Connections shall be made at the approximate location(s) shown
on the Drawings. The Contractor is responsible for minor
changes caused by actual site conditions.
INSTALLATION
A. Trenching:
1. Dig trenches straight and support pipe continuously on bottom of
trench. Lay pipe to an even grade. Trenching excavation shall
follow layout indicated on the Drawings and as noted.
2. Provide for a minimum of eighteen (18) inches cover for all
pressure supply lines of 1/2 -inch nominal diameter or smaller.
• 0 SP 37 of 70
3. Provide for a minimum of twenty -four (24) inches cover for all
pressure supply lines of 3 -inch nominal diameter or larger.
4. Provide for a minimum of twelve (12) inches for all non - pressure
lines.
5. Provide for a minimum cover of eighteen (18) inches for all
control wiring.
B. Backfilling:
The trenches shall not be backfilled until all required tests are
performed. Trenches shall be carefully backfilled with the
excavated materials approved for backfilling, consisting of earth,
loam, sandy clay, sand, or other approved materials, free from
large clods of earth or stones. Backfill shall be mechanically
compacted in landscaped areas to a dry density equal to adjacent
undisturbed soil in planting areas. Backfill will conform to
adjacent grades without dips, sunken areas, humps or other
surface irregularities.
2. A fine granular material backfill will be initially placed on all
lines. No foreign matter larger than one -half (1/2) inch in size
will be permitted in the initial backfill.
3. Flooding of trenches will be permitted only with approval of the
Engineer.
4. If settlement occurs and necessitates adjustments in pipe, valves,
sprinkler heads, lawn, plantings, or other installed work, the
Contractor shall make all required adjustments without cost to
the City.
C. Trenching and Backfill Under Paving:
Trenches located under areas where paving, asphaltic concrete,
or concrete will be installed, shall be backfilled with sand (a layer
six [6] inches below the pipe and three [3] inches above the pipe)
and compacted in layers to 95% compaction, using manual or
mechanical tamping devices. Trenches for piping shall be
compacted to equal the compaction of the existing adjacent
undisturbed soil and shall be left in a firm unyielding condition.
All trenches shall be left flush with the adjoining grade. The
Contractor shall set in place, cap and pressure test all piping
under paving prior to the paving work.
i
• SP 38 of 70
2. Generally, piping under existing walks is done by jacking, boring,
or hydraulic driving, but where any cutting or breaking of
sidewalks and/or concrete is necessary, it shall be done and
replaced by the Contractor as a part of the Contract cost.
Permission to cut or break sidewalks and/or concrete shall be
obtained from the Engineer. No hydraulic driving will be
permitted under concrete paving.
3. Provide for a minimum cover of eighteen (18) inches between the
top of the pipe and the bottom of the aggregate base for all
pressure and non - pressure piping installed under asphaltic
concrete paving.
D. Assemblies:
1. Routing of sprinkler irrigation lines as indicated on the Drawings
is diagrammatic. Install lines (and various assemblies) in such a
manner as to conform with the details per the Drawings.
2. Install NO multiple assemblies in plastic lines. Provide each
assembly with its own outlet.
3. Install all assemblies specified herein in accordance with
respective detail. In absence of detail drawings or Specifications
pertaining to specific items required to complete work, perform
such work in accordance with best standard practice with prior
approval of the Engineer.
4. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust,
and moisture before installation. Installation and solvent welding
methods shall be as recommended by the pipe and fitting
manufacturer.
5. On PVC to metal connections, the Contractor shall work the
metal connections first. Teflon tape or approved equal, shall be
used on all threaded PVC to PVC, and on all threaded PVC to
metal joints. Light wrench pressure is all that is required. Where
threaded PVC connections are required, use threaded PVC
adapters into which the pipe may be welded.
E. Conduit and Sleeves:
1. Coordination: Sleeving will be existing only when installed under
another contract. For all other installations, provide materials
0 • SP 39 of 70
and coordinate conduit and sleeve installation with other trades
as required to facilitate smooth construction sequence.
2. Conduit: Furnish and install conduit where control wires pass
under or through walls, walks and paving. Conduits to be of
adequate size to accommodate retrieval for repair of wiring and
shall extend 12 inches beyond edges of walls and pavement.
3. Sleeving: Install sleeves for all pipes passing through or under
walks and paving as shown on the Drawings. Sleeving to be of
adequate size to accommodate retrieval of wiring or piping for
repair and shall extend 12 inches beyond edges of paving or other
construction.
F. Line Clearance:
All lines shall have a minimum clearance of six (6) inches from each
other and from lines of other trades. Parallel lines shall not be
installed directly over one another.
G. Automatic Controller Assembly:
Electric control valves shall be connected to controller in numerical
sequence as shown on the Drawings.
H. Electric Control Valves:
1. Install each electric control valve in a separate valve box.
2. Install where shown on the Drawings. Where grouped together,
allow at least twelve (12) inches between adjacent valve boxes.
3. Each valve number shall be heat branded on valve box lid with
1 /2" tall letters. Branding unit available from Hydroscape
Products, Inc., phone number (714) 639 -1850.
I. Flushing of System:
1. After all new sprinkler pipe lines and risers are in place and
connected, all necessary diversion work has been completed, and
prior to installation of sprinkler heads, the control valves shall be
opened and full head of water used to flush out the system.
E
• SP 40 of 70
2. Sprinkler heads shall be installed only after flushing of the system
has been accomplished to the complete satisfaction of the
Engineer.
J. Sprinkler Heads:
1. Install the sprinkler heads as designated on the Drawings.
Sprinkler heads to be installed in this work shall be equivalent in
all respects to those itemized.
2. Spacing of heads shall not exceed the maximum indicated on the
Drawings. In no case shall the spacing exceed the maximum
recommended by the manufacturer.
3. All sprinkler heads shall be set perpendicular to finish grade of
the area to be irrigated unless otherwise designated on the plans.
TEMPORARY REPAIRS
The Owner reserves the right to make temporary repairs as necessary to
keep the irrigation system equipment in operating condition. The
exercise of this right by the City shall not relieve the Contractor of his
responsibilities under the terms of the guarantee as herein specified.
EXISTING TREES
Where it is necessary to excavate adjacent to existing trees, the
Contractor shall use all possible care to avoid injury to trees and tree
roots. Excavation in areas where two (2) inch and larger roots occur
shall be done by hand. All roots two (2) inches and larger in diameter,
except directly in the path of pipe or conduit, shall be tunneled under and
shall be heavily wrapped with burlap to prevent scarring or excessive
drying. Where a ditching machine is run close to trees having roots
smaller than two (2) inches in diameter, the wall of the trench adjacent to
the tree shall be hand trimmed, making clean cuts through. Roots one
(1) inch and larger in diameter shall be painted with two coats of Tree
Seal, or equal. Trenches adjacent to tree should be closed within twenty -
four (24) hours; and where this is not possible, the side of the trench
adjacent to the tree shall be kept shaded with burlap or canvas.
FIELD QUALITY CONTROL
A. Adjustment of the System:
• 0 SP 41 of 70
I. The Contractor shall flush and adjust all sprinkler heads for
optimum performance and to prevent overspray onto walks,
roadways, and buildings as much as possible.
2. If it is determined that adjustments in the irrigation equipment
will provide proper and more adequate coverage, the Contractor
shall make such adjustments prior to planting. Adjustments may
also include changes in nozzle sizes and degrees of arc as
required.
3. Lowering raised sprinkler heads by the Contractor shall be
accomplished within ten (10) days after notification by the
Engineer.
4. All sprinkler heads shall be set perpendicular to finished grades
unless otherwise designated on the Drawings.
B. Testing of the Irrigation System:
1. The Contractor shall request the presence of the Engineer in
writing at least 48 hours in advance of testing.
2. Test all pressure lines under hydrostatic pressure of 150 pounds
per square inch and prove watertight.
Note: Testing of pressure main lines shall occur prior to
installation of the electric control valves.
3. All piping under paved areas shall be tested under hydrostatic
pressure of 150 pounds per square inch and proven watertight
prior to paving.
4. Sustain pressure in lines for not less than two (2) hours. If leaks
develop, replace joints and repeat test until entire system is
proven watertight.
5. All hydrostatic tests shall be made only in the presence of the
Owner's Authorized Representative. No pipe shall be backfiiled
until it has been observed, tested, and approved in writing.
6. Furnish necessary force pump and all other test equipment.
7. When the irrigation system is completed, perform a coverage test
in the presence of the Engineer to determine if the water
coverage for planting areas is complete and adequate. Furnish all
0
SP 42 of 70
materials and perform all work required to correct any
inadequacies of coverage due to deviations from the Drawings,
or where the system has been willfully installed as indicated on
the Drawings when it is obviously inadequate, without bringing
this to the attention of the Engineer. This test shall be
accomplished before any ground cover is planted.
8. Upon completion of each phase of work, the entire system shall
be tested and adjusted to meet site requirements.
MAINTENANCE
A. The entire irrigation system shall be under full automatic operation
for a period of seven (7) days prior to any planting.
B. The Engineer reserves the right to waive or shorten the operation
period.
CLEAN -UP
Clean -up shall be made as each portion of work progresses. Refuse and
excess dirt shall be removed from the site, all walks and paving shall be
broomed or washed down, and any damage occurring to the work of
others shall be repaired to original conditions.
FINAL SITE OBSERVATION PRIOR TO ACCEPTANCE
A. The Contractor shall operate each system in its entirety for the
Engineer at time of final observation. Any items deemed not
acceptable by the Engineer shall be reworked to the complete
satisfaction of the Engineer.
B. The Contractor shall show evidence to the Engineer that the City has
received all accessories, charts, record drawings, and equipment as
required before final site observation can occur.
SITE OBSERVATION SCHEDULE
A. The Contractor shall be responsible for notifying the Engineer in
advance for the following observation meetings, according to the
time indicated:
1. Pre -Job Conference - 7 days
2. Pressure supply line installation and testing - 48 hours
0
3. Control wire installation - 48 hours
4. Lateral line and sprinkler installation - 48 hours
5. Coverage test - 48 hours
6. Final site observation - 7 days
SP 43 of 70
B. When site observations have been conducted by a party other than
the Engineer, show evidence in writing of when and by whom these
observations were made.
C. No site observations will commence without record drawings. In the
event the Contractor calls for a site visit without record drawings,
without completing previously noted corrections, or without
preparing the system for said visit, he shall be responsible for
reimbursing the Engineer at his current hourly billing rate, portal to
portal (plus transportation costs), for the inconvenience. No further
site observations will be scheduled until this charge has been paid and
received.
XVHL SOIL PREPARATION
SUMMARY
A. Work Included: All labor, materials, appliances, tools, equipment,
facilities, transportation, and services necessary for and incidental
to performing all operations of the work of this section, complete,
as shown on the drawings or specified herein. Work includes but is
not necessarily limited to the following:
1. Fine grading.
2. Soil amendment.
3. Work related to other sections and required to be included as
work under this section.
B. Related Work in Other Sections: The work of other sections
related to the work of this section includes but is not limited to the
following:
1. Section XVI
— Palm Tree Planting and Maintenance
2. Section XVII
— Irrigation Systems
3. Section XIX
— Trees and Shrubs
4. Section XX —
Landscape Establishment
• 0 SP 44 of 70
SUBMITTALS
Submit manufacturer's or supplier's literature and samples in the
following amounts:
Organic Amendments
Chemical Additives
Soil Mixes
Sand
Agricultural Soils Report
QUALITY ASSURANCE
1 pint for each type
1 pint for each type
1/2 pound for each type
1/2 pound
3 copies
A. Regulatory Requirements: Comply with applicable codes and
regulations of governmental agencies having jurisdiction. Where
those requirements conflict with this Specification, comply with the
more stringent provisions.
B. Certificates: Provide certificates as required by law for
transportation and inspections of materials. Inspection and /or
approval by governmental agencies does not preclude rejection of
materials at project site.
C. Samples and tests: The Engineer may at any time take samples of
materials at the site and test for conformance to the Specifications.
The Contractor shall cooperate in providing samples upon request.
Materials not conforming to the Specifications shall be immediately
removed from the site at the Contractor's expense. The costs of
testing materials found not to conform to the Specifications shall be
borne by the Contractor.
DELIVERY, STORAGE, AND HANDLING
A. Delivery: Deliver all products to site in original unopened
containers showing manufacturer's label; provide shipping invoice
describing quality and amount of material not normally delivered in
containers.
B. Storage: Protect all materials on site from weather or other
conditions that may damage the materials.
• 0 SP 45 of 70
SOILS TESTING
A. Testing: A qualified testing laboratory, approved by the Engineer,
shall take a minimum of two (2) soil samples from two (2) typical
tree locations representing different soil conditions at the site and
perform tests for soil fertility as considered necessary. Contractor
shall cooperate in making tests.
B. Costs: The costs of soils testing will be paid by the Landscape
Contractor.
C. Testing Agency: Soils tests shall be conducted by Quality
Landscape Services, tel. (714) 860 -1671, Mr. Wayne Morgan, or
equal.
SITE CONDITIONS
A. Inspection: Examine finish grades and location and dimension of
all related work and surfaces before starting work. Report to the
Engineer in writing any site conditions which prevent the proper
provision of the work of this Section.
B. Acceptance: Starting the work of this section without reporting
unsuitable site conditions to the Engineer shall constitute
acceptance of site conditions by the Contractor.
C. Repair: Any repair or replacement of work required as a result of
unsuitable site conditions not reported to the Engineer shall be
performed by the Contractor at no additional cost to the City.
EXISTING PLANTS TO REMAIN
Protect all existing palm trees and shrubs to remain. See Section XVI
Palm Tree Planting and Maintenance.
NOTIFICATION AND ACCEPTANCE
Notify Engineer of completion of soil preparation and backfill mix
preparation. Proceed with planting operations only after review of soil
preparation work by the City's Engineer.
PRODUCTS
BACKFILL MIX
0
• SP 46 of 70
Soil mix for backfilling plants from containers and boxes shall consist of
the following materials thoroughly mixed before placement. Note: this
mix is included for bid purposes only; final mix specifications will be
based upon soil fertility report based on tests conducted after finish
grading has been completed.
On -Site Soil: 6 parts by volume
Organic Amendment: 2 parts by volume
Iron Sulphate: 2 lbs. per cubic yard of mix
Amonium Sulphate: 1 lb. per cubic yard of mix
P. A. M. Soil Drain 1 lb. per cubic yard
Grow More
Slow- Release 20 -10 -5
Plant Tables or Equal S tablets per 5 gallon
16 tablets per 24" box
TOPSOIL
A. Composition: Topsoil shall consist of fertile, friable well- drained
soil of uniform quality free from subsoil, hard clods, stiff clay,
hardpan, sods, stones over 1 inch in diameter, partially
disintegrated debris, oils, chemicals, or other undesirable materials.
Soil shall meet Class A topsoil specifications.
B. Source: The source of all topsoil imported to the site shall be
identified and approved by the Engineer. Such approval does not
constitute a waiver of the need to perform tests or of the
prerogative of the Engineer to reject topsoil not conforming to the
specifications.
C. Weeds: Topsoil shall not contain seeds of obnoxious weeds such
as bermuda grass, morning glory, sorrel, oxalis, spurge, annual poa,
or nut grass.
D. Parasites: Soils which have been used for agricultural purposes
within 12 months prior to being brought to the site shall be tested
for parasitic nematodes. Nematode population shall be less than
200 per 50 cubic centimeters of soil.
E. Herbicides: Perform a germination/growth test on all soils
suspected of herbicide contamination.
• 0 SP 47 of 70
ORGANIC AMENDMENTS
A. Product: Organic amendment shall be based upon manure,
compost, or sludge; wood residues, sawdusts, or shavings are not
acceptable. Sand content shall be less than 2 %. The pH shall not
be less than 5.0 or more than 7.5. The ECe shall be less than 8.0.
B. Product: "Nitrohumus ", "Amend ", or "Gro- Mulch" by Kellog's
Supply Company, or equal.
CHEMICAL ADDITIVES
A. Gypsum: Agricultural grade product containing 80% minimum
calcium sulphate.
B. Soil Sulphur: Agricultural grade sulphur containing a minimum of
96% sulphur.
C. Ground Limestone: Agricultural limestone containing a minimum
of 85% of total carbonates.
D. Dolomite Lime: Agricultural grade mineral soil conditioner
containing a minimum of 35% magnesium carbonate and a
minimum of 49% calcium carbonate.
E. Iron Sulphate: Commercial product containing 20 -30% iron
derived from ferric and ferrous sulphate and 35 -40% sulphur.
F. Sulphate of Potash: Agricultural grade containing at least 50%
water - soluble potash.
G. Ammonium Sulphate: Commercial product containing
approximately 21% ammonia.
H. Ammonium Nitrate: Commercial product containing
approximately 34% ammonia.
I. Calcium Nitrate: Agricultural grade containing at least 15%
nitrogen.
J. Iron Sequestrene: Geigy Iron Sequestrene 330 Fe.
K. Single Superphosphate: Commercial product containing at least
20% available phosphoric acid.
0 SP 48 of 70
L. Urea Formaldehyde: Granular commercial product containing at
least 38% nitrogen.
M. I.B.D.U. (Isobutyldiene Diurea): Commercial product containing
31 % nitrogen.
N. P. A. M. Soil Drain: As supplied by the Complete Green
Company, 2066 Westwood Blvd., Los Angeles, California 90025,
tel. (213) 475 -3664.
COMMERCIAL FERTILIZERS
Commercial balanced fertilizer delivered to site in unopened bags with
manufacturer's guaranteed analysis. Composition as follows:
Nitrogen 6%
Phosphoric acid 20%
Potash 20%
FINE SAND
A. Physical Properties: Grain size shall meet the following:
Percent passing Sieve size
100
4.76 mm ( #4)
95- 100
1.00 mm ( #18)
65- 100
500 micron ( #35)
0-50
250 micron ( #60)
0-20
105 micron (# 140)
0 - 5
53 micron ( #270)
B. Chemical Properties:
1. Salinity: the saturation extract conductivity shall not exceed
3.0 millimhos /cm at 25° C.
2 Boron: The concentration in the saturation extract shall not
exceed 1.0 ppm.
3. Sodium: The sodium adsorption ratio (SAR) as calculated
from analysis of the saturation extract shall not exceed 6.0.
• 0 SP 49 of 70
WATER
Clean, fresh, and potable, furnished and paid for by Owner.
waxeIIK431411
GENERAL
A. Dust: Employ dust suppression measures as required during the
work to minimize or prevent dust nuisance on or about the site.
Ensure that such measures are adequate to prevent dust nuisance
during days or periods of time when work is halted on the site.
B. Moisture Content: Do not work soil when moisture content is so
great that excessive compaction will occur or when soil is so dry
that clods will not break readily. Apply water if necessary to bring
soil to an optimum moisture content.
C. Notification: Submit in writing descriptions of any subsurface
obstructions, grading, or drainage conditions that do not conform
to the Drawings and Specifications or may preclude the proper
carrying out of the work of this Section. Submit in writing
descriptions of any conditions that may be detrimental to plant
growth or survival. If appropriate, submit estimate of the cost of
correcting such conditions. Do not proceed with work until such
conditions have been corrected or until the Engineer has
acknowledged receipt of notification and has directed Contractor
to proceed without correcting such conditions.
1�T. /_aT4T�Z91410 , 34
Before preparing soil for planting, germinate and destroy weed seed on
all portions of the site to be planted by watering sufficiently for thirty
days to encourage weeds to sprout and then killing and removing weeds
before they have set seed.
CONDITIONING OF EXISTING SOIL
A. Verification of Grades: Allowing for displacement of backfill mix
required for shrub and tree planting, verify that existing grades are
within 1 inch plus or minus of the required finish grades.
0
• SP 50 of 70
B. Cultivation: Rip or cultivate all planting areas, except areas in the
root zone of existing trees to remain, to a depth of 12 inches
immediately prior to amending soil. Hand cultivate areas in the
root zone of existing trees to remain to a depth of not more than 2
inches.
C. Soil Amendment in Non - Hydroseeded Areas: Apply the following
amendments at the following application rates per 1,000 square
feet. Note: these amendments and rates are included for bid
purposes only; final amendment specifications will be based upon
soil fertility report based on tests conducted after finish grading has
been completed.
Amendment
Organic amendment
Ammonium phosphate 18 -46 -0
Agricultural gypsum
Urea formadehyde
P. A. M. Soil Drain
Rate (per 1,000 SF)
1.5 cubic yards
10 pounds
50 pounds
10 pounds
15 pounds
D. Mixing: Thoroughly and uniformly mix amendments into the top 6
inches of soil with a mechanical tiller except in areas under existing
trees to remain where soil should be hand cultivated with a flexible
rake.
E. Curing: Irrigate the soil to a depth of at least 6 inches, allow soil
to dry, and till the soil again to a depth of at least 6 inches and
bring soil to finish grades prior to planting or hydroseeding. Do
not work soils under muddy conditions.
CONDITIONING OF AREAS TO RECEIVE IMPORTED TOPSOIL
A. Verification of Grades: Allowing for displacement of backfill mix
required for shrubs and tree planting, verify that subgrades for the
installation of imported topsoil have been correctly established at
the depth below finished grade indicated on the Drawings.
B. Cultivation: Rip or cultivate subgrade to a depth of six inches
immediately prior to placing topsoil.
C. Placing of Topsoil: Place lightly moistened topsoil to bring entire
area to finished grade. Compact topsoil to eliminate air pockets
and to prevent any settling after planting and irrigation.
D. Soil Amendment, Mixing, and Curing: as in C above.
• 0 SP 51 of 70
FINE GRADING
Before planting the top 2 inches of soil shall be free of all wire, plaster,
sticks, stones, and other debris that could be a hindrance to planting or
maintenance. The surface shall be rolled and raked lightly until the
surface is smooth, friable, and of uniform fine texture. All final grades
shall be 1 inch below surface of adjacent paved areas, sidewalks, valve
boxes, headers, clean -outs, drains, manholes, etc., or as indicated on
plans.
CLEAN -UP
Take care during the work not to stain or damage adjacent paving, site
walls, or building surfaces. Remove all debris from site.
XIX. TREES AND SHRUBS
GENERAL
k1 ulu/ - \,Z•1
A. Work Included: All labor, materials, appliances, tools, equipment,
facilities, transportation, and services necessary for and incidental
to performing all operations of the work of this section, complete,
as shown on the drawings or specified herein. Work includes but is
not necessarily limited to the following:
1. Protection of existing trees to remain.
2. Planting of trees, shrubs, vines, and groundcover.
3. Staking and guying of trees.
4. Work related to other sections and required to be included as
work under this section.
B. Related Work in Other Sections: The work of other sections
related to the work of this section includes but is not limited to the
following:
1. Section XVI — Palm Tree Planting and Maintenance
2. Section XVII — Irrigation Systems
3. Section XVIII — Soil Preparation
4. Section XX — Landscape Establishment
0
REFERENCES
The latest editions of the following:
0 SP 52 of 70
A. "American Standard for Nursery Stock" — American Association
of Nurserymen, Inc. (AAN)
B. "Standardized Plant Names" — American Joint Committee on
Horticulture Nomenclature (AJCHN).
C. "Hortus III" — Bailey Hortatorium, Cornell University.
D. "An Annotated Checklist of Woody Ornamental Plants of
California, Oregon and Washington (Number 4091) ", McClintock
and Leiser, Division of Agricultural Sciences, University of
California.
QUALITY ASSURANCE
A. Regulatory Requirements: Comply with applicable codes and
regulations of governmental agencies having jurisdiction. Where
those requirements conflict with this Specification, comply with the
more stringent provisions.
B. Certificates: Provide certificates as required by law for
transportation and inspections of materials. Inspection and /or
approval by governmental agencies does not preclude rejection of
materials at project site.
C. Samples and tests: The Engineer may at any time take samples of
materials at the site and recommend to the Engineer that the
samples be tested for conformance to the Specifications. The
Contractor shall cooperate in providing samples upon request.
Materials not conforming to the Specifications shall be immediately
removed from the site at the Contractor's expense. The costs of
testing materials found not to conform to the Specifications shall be
borne by the Contractor.
DELIVERY, STORAGE, AND HANDLING
A. Delivery of Plants: Notify the City's Engineer 15 days in advance
of delivery of all plant materials and submit an itemized list of
plants in each delivery.
0
• SP 53 of 70
B. Transportation of Plants: Protect all plants from damage during
transportation and at the site. Do not pick up container plants by
trunks or stems. Do not drop plants. Do not bind or handle plants
with wire or rope.
C. Labeling of Plants: Deliver plants to site with legible identification
labels stating correct plant name and name of grower.
D. Storage: Protect all materials on site from weather or other
conditions that may damage or impair the effectiveness or
appearance of the material.
1. Protect plants from excessive exposure to sun and provide
sufficient water to ensure that roots do not entirely dry out in
containers.
2. At Contractor's option, spray materials with anti- desiccant
immediately before transporting to site. Apply an adequate film
over trunks, branches, twigs, and foliage.
SITE CONDITIONS
A. Inspection: Examine finish grades and location and dimension of
all related work and surfaces before starting work. Report to the
Engineer in writing any site conditions which prevent the proper
provision of the work of this Section or which would be
detrimental to the growth of plant material.
B. Acceptance: Starting the work of this section without reporting
unsuitable site conditions to the Engineer shall constitute
acceptance of site conditions by the Contractor.
C. Repair: Any repair or replacement of work required as a result of
unsuitable site conditions not reported to the Engineer shall be
performed by the Contractor at no additional cost to the City.
SOILS TESTING
Planting shall conform to the recommendations of the agronomic soils
report. See Section XVIII — Soil Preparation.
0
• SP 54 of 70
EXISTING PLANTS TO REMAIN (PALM TREES)
A. Protection: Before beginning work, provide barricades, fences, or
other barriers as necessary at the drip line of existing plants to
remain to protect them from damage during the work.
B. Damaged Plants: Replace existing plants to remain which are
damaged during the work with accepted plants of the same species
and size as those damaged at no cost to the City. The Engineer
will determine extent of damage and value of damaged plants.
C. Watering: Arrange with owner to supply adequate irrigation water
during construction to all existing plants to remain.
SELECTION, TAGGING, AND ORDERING OF PLANT MATERIAL
A. Documentation: Contractor shall be responsible for obtaining all
plant materials as shown on the Drawings. Submit documentation
within 30 days of award of Contract that all plant materials have
been ordered. Arrange procedure for inspection of plant materials
by the Engineer at time of submission.
B. Inspection: The Engineer shall review and inspect plant materials
for quantity, condition, and conformance to specifications.
1. Time of Inspection: All plant materials shall be subject to
review by the Engineer at any time after confirmation that the
materials have been ordered.
2. Place of inspection: Materials may be reviewed at the place of
growth or upon delivery to the project site. For inspection of
plants at the place of growth, Contractor shall submit a written
request to the Engineer stating the place of growth and species,
quantity, and size of plants to be inspected. The Engineer
reserves the right to refuse inspection if in his opinion a
sufficient quantity of materials is not available for inspection.
C. Substitutions: Contractor shall be responsible for obtaining all
materials shown on the Drawings. If any plant specified is not
obtainable, notify The Engineer in writing no later that 30 days
after award of Contract. A proposal will be considered for use of
the nearest equivalent size or species with corresponding
adjustment of Contract price. Substitution of plant material will
not be permitted.
11
• SP 55 of 70
D. Distant Material: Submit photographs which include a person
adjacent to plants for review by the Engineer. Such review shall
not impair the right of further review and rejection during the
work.
E. Rejection of Materials: Upon inspection of materials at the place
of growth, after delivery to the site, or at any time during the
course of the work, the Engineer may recommend the rejection of
materials as not conforming to specifications. The Engineer
reserves the right to reject materials and have them replaced at no
extra cost with materials conforming to the specifications.
PLANT ESTABLISHMENT
An establishment (maintenance) period will run from completion of work
until Final Acceptance during which the Contractor shall be responsible
for maintaining the plants in a healthy and thriving condition, See
Section XX — Landscape Establishment.
WARRANTY
A. Period: All plant materials installed under this Contract shall be
warranted to remain in a healthy and flourishing condition of active
growth for the following period from date of Final Acceptance:
L Trees 1 year
2. Shrubs 1 year
B. Delays: All delays in completion of planting operations or delays
which extend the date of Final Acceptance shall extend the
Warranty Period correspondingly.
C. Condition of Plants: Plants shall be free at all times of dead or
dying branches and branch tips, with all foliage of a normal density,
size, and color.
D. Exclusions: Contractor shall not be held responsible for failure or
plants to survive or thrive due to neglect by the City, vandalism, or
other causes not under the control of Contractor. Contractor shall
report all such conditions to the Engineer.
• • SP 56 of 70
REPLACEMENTS
Any plant materials that are rejected by the Engineer or fail to survive
and thrive during the establishment and warranty period shall be replaced
at no cost to the City within 15 days of written notification by the
Engineer. Replacement plants shall be of the same species as original
plants and of a size closely approximating the size of the plant if normal
growth had occurred since the original planting. Replacement plants
shall be subject to the same reviews and inspections as plants initially
installed.
PRODUCTS
PLANT MATERIALS
A. Appearance: All plants shall be heavy, symmetrical, densely
foliated when in leaf, and superior in form. Branching plants shall
have multiple branches and be tightly knit and compact in form.
Trees shall be straight and have single leaders unless otherwise
specified. Unsymmetrical plants or plants having abrasions of the
bark, sunscalds, or disfiguring knots will be rejected.
B. Species: All plants shall be true to species and variety.
C. Growing Conditions:
1. Source: Plants shall be nursery grown in accordance with good
horticultural practices under climatic conditions similar to those
at the project site.
2. Vigor: All plants shall be sound, healthy, and vigorous. They
shall be free of disease, insect pests, eggs, and larvae. They
shall have healthy, well - developed root systems. They shall be
free from damage.
3. Container Stock: All plants grown in containers shall have
been in the containers in which they are delivered to the site for
a period of at least six (6) months but not longer than two (2)
years. Samples must prove to be free of kinked, circling or
girdling roots and with no evidence of being root bound. Root
bound plants will be rejected. Plants taken from containers and
showing cracked or broken balls of earth will be rejected.
0
0 SP 57 of 70
D. Size: Plants shall be of at least a normal size for the species and
size of container indicated on the Drawings. Plants shall possess a
normal balance of height and spread. Plants larger than specified
may be used if acceptable to the Engineer, but the use of such
larger plants shall be at no additional cost to the City.
E. Quantities: The numbers of plants called out on the Drawings are
provided for the convenience of the Contractor only. Quantities
drawn are the final authority, and plants shall be furnished and
installed as drawn.
F. Pruning: Plants shall be delivered to the site and installed before
being pruned, if pruning is required. Plants showing evidence of
fresh cuts of limbs or foliage will be rejected. For pruning after
installation see Section XX — Landscape Establishment.
COI\RvIERCIAL FERTILIZER
Commercially available granular fertilizer having the following
composition:
Nitrogen 16%
Phosphoric Acid 6%
Potash 8 %
TREE STAKING AND GUYING MATERIALS
A. Stakes: Galvanized pipe. Flattened at bottom, capped at top.
Paint entire length with black weather proof paint. Provide 2 -inch
diameter by 10 feet long pipe (refer to typical tree planting detail).
B. Ties: Rubber or plastic hose protected. 10- gallons galvanized
wire.
ROOT CONTROL BARRIERS
A. To be by Deep -Root Universal Barrier Planter #UB24 -2, or equal
as approved by the Engineer.
B. Material: to be polypropylene plastic material. Thickness: .080.
C. Injected Molded: Root deflecting ribs and ground lock
tabs /ultraviolet stabilizers added.
D. Joiner Type: Molded, self locking joiner (no gluing required.)
• • SP 56 of 70
ANTI- DESICCANT
Sprayable, water - insoluble vinyl - vinyledine complex which will produce
a moisture retarding barrier not removable by rain, as manufactured by
Nursery Specialty Products, Greenwich, Connecticut, or equal.
PLANTING BED MULCH
Fibrous, woody bark chips of the following mixture of sizes:
% Passim Sieve Size
90-100 1" (25.4 mm)
80-100 1/2" (12.7 mm)
20-60 1/4" (6.35 mm)
WATER
Temporary clean, fresh, and potable water supply will be supplied by the
City and paid for by Contractor until total project acceptance.
EXECUTION
GENERAL,
A. Drainage: Maintain positive surface drainage of planting beds
during work,
B. Irrigation System: The irrigation system shall have been installed
and tested, and coverage shall have been approved before planting
begins.
C. Planting Bed Preparation: Verify that weed control, fine grading,
and soil amendment have been completed. Verify that all headers
have been installed in proper locations. See Section XVIII — Soil
Preparation.
D. Dust: Employ dust suppression measures as required during the
work to minimize or prevent dust nuisance on or about the site.
Ensure that such measures are adequate to prevent dust nuisance
during days or periods of time when work is halted on the site.
E. Underground obstructions: Verify location of all subsurface utility
and drain lines before beginning work. If during the excavation of
planting pits such lines, buried rocks, tree roots, or other
• • SP 59 of 70
obstructions are encountered that interfere with locating plants
according to the planting plans, the Engineer may select alternative
locations. Where locations cannot be changed, submit estimate of
cost of relocating lines or removing obstructions to a depth of not
less than 6 inches below the required pit depth.
F. Notification: Submit in writing descriptions of any conditions that
do not conform to the Drawings and Specifications or may
preclude the proper carrying out of the work of this Section.
Submit in writing descriptions of any conditions that may be
detrimental to plant growth or survival. If appropriate, submit
estimate of the cost of correcting such conditions. Do not proceed
with work until such conditions have been corrected or until the
Engineer has acknowledged receipt of notification and has directed
Contractor to proceed without correcting such conditions.
TREE AND SHRUB PLANTING
A. Location: Place container -grown plants at locations shown on
Drawings. Indicate the location of plants 24" -box and larger with
stakes. Stakes shall be color coded to indicate species. The
Engineer will check location of plants in the field and may adjust
position of plants before installation.
B. Planting pits: Excavate pits for container -grown plants to at least
twice the diameter of the container and one and one -half times the
depth of the container.
C. Installation: Install plants in accordance with the following
procedures:
1. Filling: Fill the planting pit to the height of the bottom of the
root ball with excavated, unamended native soil.
2. Removal: Remove plants from containers carefully after
containers have been cut on two sides with accepted cutter.
Do not break or damage root ball.
3. Positioning: After removing plant from container, scarify sides
of root ball to prevent root -bound condition and position plant
in center of planting pit so that base of plant will be at the same
elevation as or slightly above adjacent grade. Spread any
exposed roots, and prune off any damaged roots.
0
• SP 60 of 70
4. Backfilling: tamp amended backfill mix solidly around root ball
keeping plant plumb and rigidly braced in position until pit has
been filled to approximately 2/3 of its depth and mix has been
solidly tamped into place. Then water thoroughly to saturate
root ball and adjacent soil. Then fill remainder of pit with
backfill mix to level of finish grade eliminating all air pockets.
5. Adjustment: Adjust plants so that after full settlement has
occurred the base of plant remains at or slightly above adjacent
grade.
6. Watering Basins: Form saucer with 2 inch high berm around
trees and around shrubs or groups of adjacent shrubs. Saucer
should be approximately the size of planting pit. Do not form
saucers around trees in lawn areas.
7. Watering: Thoroughly water all plants immediately after
planting.
8. Labels: Remove all labels from plants.
D. Root Control Barriers: Install per manufacturers directions at outer
edge of backfill pit. Refer also to treewell planting detail.
E. Pruning: See Section XX— Landscape Establishment.
MULCHING
Place a 1" layer of mulch evenly over entire surface of planting beds
including tree and shrub watering basins.
STAKING
A. General: All trees shall remain plumb and straight under all
conditions from installation through the end of the warranty period.
Double stake all trees 24" box and smaller.
B. Staking:
1. Galvanized Pipe Size: Stakes shall be adequately long and of
sufficient diameter to protect the tree from damage or
uprooting in high winds. In no case shall stakes be less than 1-
1/2" in diameter.
0 • SP 61 of 70
2. Location: position tree stake vertically, in holes provided in
treewell grate. Tree stakes to be parallel with street. Drive
stake through the root ball into firm ground sufficiently deep to
hold it rigid. Remove nursery- supplied stake.
3. Ties: Tie tree to pipe stake using at least 2 hole and wire tree
ties. Drill holes through pipe stake to attach wire.
CLEAN -UP
During the progress of the work the site shall be kept neat, orderly, and
free of debris at all times. Upon completion of work and before initiation
of the Establishment Period all surplus material and debris shall be
removed from the site and all scars, ruts, or other marks on the ground
shall be repaired.
XX. LANDSCAPE ESTABLISHMENT
GENERAL
SUMMARY
A. Work Included: All labor, materials, appliances, tools, equipment,
facilities, transportation, and services for and incidental to performing all
operations of the work of this Section, complete, as shown on the
drawings or specified herein. Work includes but is not necessarily limited
to the following:
1. Establishment of palm trees, trees and shrubs.
2. Replacement of plants that die or fail to thrive.
3. Maintenance and operation of irrigation system.
4. Work related to other sections and required to be included as work
under this section.
B. Related Work in Other Sections: The work of other sections related to the
work of this section includes but is not limited to the following:
1. Section XVI — Palm Tree Planting and Maintenance
1. Section XVII — Irrigation Systems
2. Section XIX — Trees and Shrubs
• • SP 62 of 70
REFERENCES
A. "Fertilizing Woody Plants ", University of California Cooperative
Extension: Leaflet #2958, September 1979.
B. "Pruning Landscape Trees ", University of California Cooperative
Extension: Leaflet 92574, January 1979.
61I : UTI II VIFAW1
Submit to the Engineer for approval two (2) copies of each of the following:
A. Schedule of establishment operations including a list of all equipment and
materials proposed for the job.
B. Monthly status reports on the establishment of the landscape.
C. Written application recommendations by a licensed agricultural pest
control advisor for all restricted weed, pest, and disease controls that are
proposed for use on the job. Recommendations are to be submitted to
City and approved prior to each application. All proposed pesticides are
to be identified. (Refer to Insect Pests and Disease Control.)
D. All licenses and insurances required by Federal, State, or local government
agencies for the work.
E. Monthly records of the use of all herbicides, insecticides, and disease
control chemicals used on the job.
QUALITY ASSURANCE
A. Regulatory Requirements: Comply with applicable codes and regulations
of governmental agencies having jurisdiction. Where those requirements
conflict with this Specification, comply with the more stringent provisions.
B. Permits and Reports: Provide for all inspections and permits required by
Federal, State, or local authorities in furnishing, transporting, storing, and
applying agricultural chemicals. File all required periodic records of all
herbicides, insecticides, and disease control chemicals used.
C. Work Force: The Contractor's work force shall meet the following
requirements:
•
• SP 63 of 70
1. Experience: The Contractor shall have a full -time foreman assigned to
the job for the duration of the contract. The foreman shall have a
minimum of four years experience in landscape establishment and
maintenance supervision with training or experience in soils, fertilizers,
plant identification, disease control, and pest control.
2. Labor Force: The Contractor's labor force shall be thoroughly familiar
with and trained in the work to be accomplished and shall perform the
work in a competent, efficient manner acceptable the Engineer.
3. Supervision: The foreman shall directly employ and supervise the
labor force at all times. The Engineer shall be notified of all changes in
supervision.
4. Identification: Foreman and members of the labor force shall be
adequately identified at all times as employees of the Contractor.
SITE CONDITIONS
A. Inspection: At the beginning of the establishment period, visit and inspect
the site with the Owner's representative to clarify the scope of the work,
identify special conditions, and establish reporting procedures.
B. Documentation of Conditions: Document the general conditions of trees,
shrubs, vines, groundcovers, and lawns, reporting all plant materials which
are damaged or dying, and recording all problems or unsuitable conditions.
Document the condition of the irrigation system reporting any missing,
damaged, or malfunctioning parts.
C. Acceptance: Starting the work of this section without reporting problems
or unsuitable site conditions to the Engineer constitute acceptance of site
conditions by the Contractor. Any work required as a result of problems
or unsuitable site conditions that have not been reported to the Engineer
shall be performed by the Contractor at no additional cost to the City.
SCHEDULING
A. Hours: Perform all work during hours acceptable to the City and on a
regular schedule agreed to by Engineer.
B. Frequency: The labor force shall visit the site at least once a week and as
often as necessary to inspect conditions and to perform necessary
establishment and maintenance work in accordance with the agreed upon
schedule.
0
• SP 64 of 70
BEGINNING AND END OF ESTABLISHMENT PERIOD
A. General: No part of this Section is meant to be construed as reducing the
Contractor's normal obligations to maintain the landscape in healthy and
thriving condition during the landscape installation until the beginning of
the Establishment Period.
B. Beginning: The Establishment Period shall begin upon acceptance by the
Engineer of the landscape installation as substantially complete and upon
the Engineer's agreement that the landscape Establishment Period may
begin. Contractor shall confirm in writing the date of the beginning of the
Establishment Period.
C. End: The Establishment Period shall end after the Contractor has received
written notification from the Engineer of the Final Acceptance of the
landscape. The warranty period shall extend beyond the Final Acceptance.
PRODUCTS
tf�lr•1�17�7J
All materials, tools, and equipment shall be provided by the Contractor unless
otherwise indicated.
WATER
Clean, potable, and fresh, supplied and paid for by the City.
FERTILIZERS
A. Commercial Top -Dress Fertilizer: Uniform in composition, free - flowing,
and delivered to site in unopened containers, fully labeled in accordance
with the applicable fertilizer laws and bearing the name or mark of the
manufacturer. Gro -Power Plus, or equal.
B. Fertilizer Pellets: Tightly- compressed, slow - release and long - lasting
complete fertilizer tablets bearing the manufacturer's label of guaranteed
analysis of chemicals present. Bandini Gro - pellets, or equal.
, INSECTICIDES, AND FUNGICIDES
Use best quality materials in original manufacturer's containers, properly labeled
with guaranteed analysis of chemicals present. Use non - staining materials.
REPLACEMENT PLANTS
•
• SP 65 of 70
New plants to replace dying or damaged plants or plants that are unacceptable in
appearance shall match healthy existing plants in all respects. See Section XIX
— Tree and Shrubs.
IRRIGATION SYSTEM COMPONENTS
Replacement irrigation system components shall match existing irrigation
equipment in all respects. See Section XVII — Irrigation Systems.
EXECUTION
GENERAL
A. Duration: Continuously maintain all trees and shrubs from installation,
during progress of work, and for a period of 90 days from the date of the
beginning of the establishment period until Final Acceptance.
B. Protection: Protect all plants and planting areas from damage of any kind
from installation until Final Acceptance. Provide temporary protection
fences, barriers, and signs as required.
C. Treatment: Immediately upon observing symptoms of disease, infestation,
or improper maintenance procedures, take all necessary steps to return
plants to a healthy condition. Plants that cannot be returned quickly to a
healthy condition shall be removed and replaced.
D. Replacements: Immediately replace all plants that die or are damaged with
plants of the same size, condition, species, and appearance as the original
plants.
TREES AND SHRUBS
A. Watering: All plants shall receive the amount of water appropriate to the
season and to the requirements of the species
1. Basins: Maintain all watering basins around plants so that enough
water can be applied to establish moisture through major root zones.
2. Rainy Season: During the rainy season, open watering basins to allow
surface drainage away from the root crown where excess water may
accumulate. Restore watering basins at end of rainy season.
3. Hand Watering: When supplemental hand watering of plants is
required, use a water wand to break the water force when filling
• • SP 66 of 70
basins. Do not permit crown roots to become exposed to air through
dislodging of soil.
4. Mulch: Maintain the depth of mulch originally specified for all planting
beds to reduce evaporation and frequency of watering.
B. Resetting: Reset plants as required to maintain proper relationship to
adjacent grade level and to maintain plants in upright position.
C. Weed Control: All areas between plants, including watering basins, shall
be weed free.
1. Herbicides: Use only recommended and legally approved herbicides in
recommended dosages to control weed growth.
2. Cultivation: Avoid frequent soil cultivation that destroys shallow roots
and breaks the seal of pre - emergent herbicides.
D. Pruning: Perform all pruning using appropriate equipment and procedures.
Prune trees to select and develop permanent scaffold branches that are
smaller in diameter than the trunk. Branches should be spaced far
enough apart so as not to overlay one another, and they should radiate
outward from the trunk in all directions so as to create a balanced
overall form and natural appearance within space limitations.
2. Prune trees and shrubs to eliminate diseased or damaged growth.
Prune trees to eliminate narrow, V- shaped branch forks that lack
strength. Thin out tree crowns to reduce danger of toppling and wind
damage.
3, Do not strip the lower branches ( "raise up ") young trees.
4. Retain lower branches in a "tipped back" or pinched condition to
promote caliper growth of trunk.
5. Do primary pruning of trees during the dormant season. Do not prune
any trees prone to excessive "bleeding" during growth season, but
prune damaged trees or those that constitute a health or safety hazard
at any time of year as required.
6. Make all cuts clean and close to the trunk without cutting into the
branch collar. Cut smaller branches flush with trunk or lateral branch.
Make all cuts so as to prevent splitting or peeling of bark on the tree.
0
• SP 67 of 70
7. Do not prune shrubs into balled or boxed shapes unless specifically
called for by design. Allow shrubs to grow to a natural shape.
E. Stakes: At least once a month check tree trunks at stakes for signs of
rubbing and bark wounds and adjust ties or restake as necessary to correct
problems.
F. Existing Plants to Remain: Existing trees and shrubs on the site that are to
remain during and after the installation of the landscape shall be maintained
in the same way as plants newly installed.
FERTILIZING
A. Planting areas shall receive an application of Gro -Power Hi- Nitrogen 14 -4-
9, or equal, commercial fertilizer at a rate of 7 -1/2 pounds per 1,000
square feet 30 days after planting. Fertilizer application shall be repeated
at 30 -day intervals until the end of the establishment period.
INSECT PESTS AND DISEASE CONTROL
A. Inspection: Plants shall be free of all infestations of pests and of all
diseases at all times. Inspect all plant materials for signs of stress, damage
and potential damage from the following:
1. Insects, moles, gophers, ground squirrels, snails, and slugs.
2. Discolored or blotching leaves or needles.
3. Unusually light green or yellowish -green color inconsistent with
normal color of plant.
B. Control: Take appropriate action to eliminate problems as soon as they
are identified.
C. Personnel: Spraying or application of chemicals shall be performed only
by a State Licensed Pesticide Applicator per State Pesticide Advisor.
D. Application: Application of chemicals shall be done with extreme care to
avoid all hazard to persons at the site either during or after the application.
Avoid hazard to all pets.
IRRIGATION SYSTEM
A. Repairs: Repair without charge to Owner all damage to system caused by
Contractor's operations. Perform all repairs immediately. Report
r�L
• SP 68 of 70
promptly to the Engineer all damage to system not resulting from
Contractor's negligence or operations.
B. System Operation: Set and program automatic controllers for seasonal
water requirements of plants by zone. Ensure that plants receive adequate
water. Do not over water plants. Do not run irrigation system during
rainy season except as required for spells of unusually dry weather.
C. Monitoring: Continually monitor the system to verify that it is functioning
as intended and as required to maintain landscape in healthy condition.
Make adjustments to programs as required by changes in field conditions.
D. Soil Moisture: At least twice a month use a probe or other acceptable tool
to check the rootball moisture of representative plants as well as of the
surrounding soil. Adjust irrigation schedule accordingly,
E. Cleaning: Clean pump filter and strainer as required to keep the system
free of sand and other debris.
F. Buildings and Walks: Prevent system from spraying the surface of
buildings, especially windows, and to the extent consistent with the system
design avoid overspraying walks and paths.
ESTABLISHMENT PERIOD
To initiate the Establishment Period the Contractor shall request in writing a
preliminary review of the work with at least 5 days advance notice to the
Engineer. At this review the Engineer will determine if the work is substantially
complete, and if so will issue a letter which will initiate the Establishment Period.
FINAL ACCEPTANCE
A. Completion of Work: Upon or near the expiration of the Establishment
Period the Contractor shall request in writing a final review of the work
with at least 5 days advance notice to the Engineer. At this review the
Engineer will determine if the landscape is established and in acceptable
condition.
B. Conditions of Acceptance: All plants and turf and groundcover areas shall
be alive and thriving, showing signs of growth, and showing no signs of
stress, disease, infestation, or other weakness. All plants and areas not
meeting these conditions shall be replaced and a new establishment period
initiated for such plants and areas only.
0
• SP 69 of 70
C. Corrective Work: Work requiring corrective action by the Contractor as
determined at the final review shall be accomplished in not less than 10
days from the review, at no additional cost to the City, and in accordance
with the specifications for the Project.
D. Final Acceptance: When all necessary corrective actions have been taken,
and all plants and areas meet the conditions described above, the Engineer
shall issue a letter of Final Acceptance of the landscape. Upon issuance of
said letter, the City shall assume responsibility for the continued
establishment and maintenance of the landscape except that the Contractor
continues to be responsible for the replacement of plants during the
warranty period.
CLEAN —UP
During the progress of the work the site shall be kept neat, orderly, and free of
debris at all times. Tools and equipment shall not be stored at the site without
express permission of the Engineer. Upon completion of work in any given day
all cuttings, clippings and other debris shall be properly disposed of and all tools
and equipment shall be removed from the site.
XXI. MONUMENTATION
All existing monumentation shall be protected or replaced in accordance with
Section 8771 of the Business and Professions Code of the State of California, as
amended by AB1414 (1994).
0
• SP 70 of 70
XXII. EXHIBIT "A" APWA STANDARD DRAWINGS
0
EXISTING 1 w�
CONDUIT TO 0
BE SUPPORTED UOI l
w�
al
LBJ, ff� S B
560 83250
REINFORCED
CONCRETE BEAM
41N BEARING SHALL BE U
05 OD OF SUPPORTED PIPE hl
4 BAR _
,IF BEAM IS PRECAST) F
REINFORCEMENT i 4 A-
, 1 2- cL MAX
SECTION C -C
DNOU T TO
BE SUPPORTED
—JI-
OPT CONST1'
JOINT -.
of
CASE 1
REINFORCED CONCRETE BEAM
FOR 4 TO 24 1 0 PIPE
NOTES:
1. WIDTH OF BEAM SHALL EQUAL OD. OF SUPPORTED PIPE.
MINIMUM WIDTH SHALL BE 6.
A BAR 2. IF SUPPORTED PIPE IS BEDDED IN CONCRETE. BEAM WIDTH
4
\1 IS PRECAST SHALL EQUAL BEDDING WIDTH.
3, IF BEAM IS PRECAST. ENDS OF BEAM SHALL BE FULLY BEDDED
INFORCEMENT IN 420 -62000 CONCRETE FOR LENGTH •B'. THE BEDDING SHALL
(SEE TABLE) HAVE A MINIMUM THICKNESS OF 4'. CLASS "C' MORTAR SHALL BE
PLACED BETWEEN TOP OF BEAM AND SUPPORTED PIPE TO
PROVIDE MINIMUM BEARING SHOWN.
4, THIS CASE IS PERMITTED ONLY IF THE TRENCH WALLS ARE FIRM
AND UNYIELDING,
5. MAXIMUM SPACING OF BARS SHALL BE 4' O C
REINFORCED CONCRETE BEAM (DIMENSIONS AND REINFORCEMENT)
CASE 2
CONCRETE WALL
0
n O
N
MIN BEARING SHALL BE
0.5 0 0. OF PIPE 'ID
1:3D -2
MIN r6'
1 — CONDUIT THROUGH I • `_ •'''
1, )WALL 1-D. -� Onl II-pJ
TYPE 'A' "x TYPE '6'
WALL SECTION
_ N
4' CIA OPENINGS
NOTES
I THE SUPPORTING WALL SHALL HAVE A
FIRM BEARING ON THE SUBGRAOE AND
AGAINST THE SIDES OF THE EXCAVATION.
2. ANY CONDUIT PASSING THROUGH THE
WALL SHALL HAVE 2 INCH CLEARANCE
FROM THE WALL.
3. 4 INCH DIA. OPENINGS THROUGH THE
WALL AT 2 FT. O.C. HORIZONTALLY AND
AT 5 FT. P.C. VERTICALLY SHALL BE PRO-
VIDED TO PREVENT UNEQUAL PRESSURE
RESULTING FROM JETTED BACKFILL.
1. IF SUPPORTED PIPE IS BEDDED IN CON-
CRETE. MINIMUM THICKNESS OF WALL
SHALL EQUAL BEDDING WIDTH.
5 BRICK WITH MORTAR JOINTS MAY BE
USED IN LIEU OF CONCRETE FOR WALLS
UP TO 5 FT, IN HEIGHT OR LENGTH.
AMERICAN PUBLIC WORKS ASSOCIATION — SOUTHERN CALIFORNIA CHAPTER
PIPE COVER
S
0 T06'-0' I
6'-1- TO12' -P
12.1'T016 -D-
1 16.1 TOM 0'
2P-1'T028'-P
T
1 BARS
8
T
BAPS
8
T
BARS
6
i
OARS
8
T
BARS
8
0 TO 4'.0"
8'
NpA
1' fi"
8'
.No 4
1 1'�6'
9"
NO A
1 1 .6"
10"
1 No A
1 1 .6"
10'0
No A
1 1 6'
4 . 1 ' TO 5 ' 0'
8"
N. A
1 1 6'
9 ' 1 INO
4
1 ' . 6 "
1 1 '
No •
1 .6'
12'
I NO A
I' -6
12'2'
No s
ITT
5 ' . 1 ' TO 6'0'
9"
NOAl
1 ' 6'
IF
No 5
1 . 6 '
12'2
No 5
1 1 ' . 6
1 3 ' . 2
No 5
2' -T
14',0
11 No 5
2 0'
6 n _T07 0'
10"
NOS
t' 6"
12'?
Nos
2' 0"
14' x'
Nos
2' 0'
I 5'i
Nos
2 0'
16' i
Nob
2 T
]'. 1- TO 8'.0'
11'
Nos
1 1' 6-
14'
No s
2 T
16"
No s
2' 0"
1' 2
No 6
2 6"
19"
1 No 6
1 2 6'
8' -I TO 9'.0"
4'2'
No
2'0"
15'2
No
0 6'
I7'2'
No
2' 6'
19'1-
No
2.6'
P'
IN0612
6'
9 1 TO 10'A"
13'i
NO
2' -0"
I]'
No
2 6'
19'1 '
No
3' 0"
21',
No
3 0"
23"
NO
1 T
10'� 1' T011 0'
14'1
No 6
2' 6'
18',
No 6
3' 0-
21'
No 6
3' 0'
23'z
No 6
3 0"
25'
No ]
3' 0"
I -1' TO 12 0'
15-1-
No 6
2' 6"
20'
No 6
3 0'
23'
NO 7
3 6'
25' a
No ]
3`6
12 .1' TO 13 .6
I T
e'
No ]
3 6"
241.1
NO ]
3'.6
2]' x
No ]
4 0
13 1' TO 14' 0"
18'
No ]
]' 6'
26' i
NO 7
A 0'
29'
%4,6'
"'7
NO ]
4 0'
14' 1-70 15 -0"
19-
-
NO 1
A -0"
28'
NO ]
A -0"
31' x
15' -1 "TO 16 -0'
20'2'
;NO
M.6-28-
1
.NO x
A'.0'
30"
No 8
4 6
16.1- TO T]' 0'
2111-
"
No 0
4'�6'
I ]'.I' i0 I B0'
22'i
1
NJ B
A6"
CASE 2
CONCRETE WALL
0
n O
N
MIN BEARING SHALL BE
0.5 0 0. OF PIPE 'ID
1:3D -2
MIN r6'
1 — CONDUIT THROUGH I • `_ •'''
1, )WALL 1-D. -� Onl II-pJ
TYPE 'A' "x TYPE '6'
WALL SECTION
_ N
4' CIA OPENINGS
NOTES
I THE SUPPORTING WALL SHALL HAVE A
FIRM BEARING ON THE SUBGRAOE AND
AGAINST THE SIDES OF THE EXCAVATION.
2. ANY CONDUIT PASSING THROUGH THE
WALL SHALL HAVE 2 INCH CLEARANCE
FROM THE WALL.
3. 4 INCH DIA. OPENINGS THROUGH THE
WALL AT 2 FT. O.C. HORIZONTALLY AND
AT 5 FT. P.C. VERTICALLY SHALL BE PRO-
VIDED TO PREVENT UNEQUAL PRESSURE
RESULTING FROM JETTED BACKFILL.
1. IF SUPPORTED PIPE IS BEDDED IN CON-
CRETE. MINIMUM THICKNESS OF WALL
SHALL EQUAL BEDDING WIDTH.
5 BRICK WITH MORTAR JOINTS MAY BE
USED IN LIEU OF CONCRETE FOR WALLS
UP TO 5 FT, IN HEIGHT OR LENGTH.
AMERICAN PUBLIC WORKS ASSOCIATION — SOUTHERN CALIFORNIA CHAPTER
STANDARD KM
JaMr coovER4mE COMMITTEE
JOIKT lOO ERATTE COMMITTEE
SUPPORTS FOR CONDUITS ACROSS TRENCHES
224.0
1914
USE WTTM STAMOARO SPEC*XAT*kS FOR PU&X WORKS CONSTRUCTION
SHEET I OF 2
E
DUCTILE IRON"
6- PIPE
DUCTILE IRON PIPE
¢J
CLASS
BB+MI
/' JOINT ISEf NOTE 21
SPUN R. C. PIPE
u
BATH
CONTINUOUS
III' -d
e' EXIST. AC.. CONCRETE.
/
(SEE NOTE 1) ' '
w
n
r— R C.. C.I. OR GUY PIPE
2'd
n
FOR CLAY PIPE SEWERS
SCUT
I'-6'
10 -O'l
EXIST. plpE AND JOIN
- -- WITH TYPE -0- JOINTS WITH
j
CONCRETE
1' -6'
1 a' ADAPTER RING.IF REOUIRED
BEDDING
10' "6' 1
P�_ ON EACH SIDE OF TRENCH
B
S
a OR REMOVE TO NEAREST
~ JOINT BEYOND
I
0.0, 11' MIN.
E
—•�
CONCRETE
1
COLLAR Z
(SEE NOTE 2) ^ II I
C)
I
SECTION E•E
AL BILE SPANS AND MIN. REQUIRED
ARING FOR DUCTILE IRON PIPE
DEPTH OF
COVER
6- PIPE
8' PIPE
ld PIPE
SNIV)
BB+MI
simui
Bien)
SNu)
BATH
dTO &d
III' -d
1'6'
13' "6'
1' "6'
16'6.
2'd
B' -P T016' -T
I 8' -0'
I'-6'
10 -O'l
2 I
16'-1'TO 25'-0'
7.0-
1' -6'
9 " -0'
j 2'_d
10' "6' 1
2' -6'
NOTES
1. 2000-D SPUN R C. PIPE OF SAME DIAMETER
AS THE EXISTING PIPE MAY BE USED ONLY
WHEN THE EXISTING PIPE IS A.C.. CONCRETE
OR R.G. PIPE AND THE TRENCH WIDTH IS
5 .0' OR LESS.
2, THE CONCRETE COLLAR JOINT SHALL BE
USED FOR JOINTS IN STORM DRAIN PIPE.
CASE 4
(� F COLUMN SUPPORT WITH REINFORCED CONCRETE BEAM
S S F
- EXISTING CONDUIT -�0y S
I (g 1 \ TO BE SUPPORTED
l l
I I>5� H.
12-X1r {
I
C LUMN
O
a w6 BARS
2 C —1
w3 C 12 TIES L;
wa BARS CC 1BO TH WAY$
CONCRETE
T T
EE NOTE 6) 2- CL
4- OIA SLEEVE IN
PRECAST BEAM
TO BE FILLED \I
WITH CLASS 'C' `I
MORTAR. ( --
T i_ -
;SEE NOTE 61
12- . 12' COLUMN
— 4.16 BARS
- w3 C 12 TIES- -
N W
S
I
04 BARS C 12
BOTH WAYS
COLUMN
SUPPORT BEAM
WIDTH 2 X T
{MIN 2'.0'1
12- MIN. — 1— �_ 3.' -00-
L.w_ F R.C. BOX CONDUIT
PIPE CONDUIT SECTION F -F
NOTES
1. SPAN'S' SHALL BE MAXIMUM 18 FT. FOR EARTH COVER 8 FT. OR LESS. 12 FT, FOR EARTH COVER 16 FT. OR LESS. AND 10 FT.
FOR OVER 16 FT. EARTH COVER.
2. ALL CONCRETE $HALL BE 560 -8-3250.
3. WHEN THE PIPE TO BE SUPPORTED CROSSES THE TRENCH ON A SKEW ANGLE. THE WALL OR BEAM WHICH SUPPORTS THE
COLUMN SHALL BE CONSTRUCTED AT RIGHT ANGLE TO THE TRENCH.
4, SUPPORT SYSTEM MAY BE USED OVER CAST-IN -PUCE STRUCTURES.
5. BACKFILL ABOVE THE SUPPORT BEAM SHALL NOT BE PLACED UNTIL 72 HOURS AFTER THE SUPPORT IS POURED.
6. REINFORCED CONCRETE BEAM DIMENSIONED AND REINFORCED PER TABLE UNDER CASE 1.
GENERAL NOTES
1. 'S' IS THE SPAN OF THE PIPE SUPPORT MEASURED ALONG ITS CENTERLINE.
2. 'B' IS THE LENGTH OF BEARING OF THE SUPPORT AGAINST UNDISTURBED EARTH MEASURED ALONG THE PIPE CENTERLINE.
3. CASE 2 SHALL BE USED FOR PARTIAL CROSSINGS. EXCEPT THAT WHERE THE DISTANCE FROM A SEWER CHIMNEY TO UN,
DISTURBED EARTH IS IS INCHES OR LESS. THE TRENCH BACKFILL MAY BE DENSIFIED TO 18 INCHES ABOVE A HOUSE
CONNECTION SEWER AND THEN RE-EXCAVATED FOR THE PIPE INSTALLATION.
4. ANY SEWER OR STORM DRAIN EXPOSED OR PARTIALLY EXPOSED IN A TUNNEL EXCAVATION SHALL BE SUPPORTED WITH A
WALL. CASE 2.
5. IF BEDDING IS REMOVED FROM THE EXISTING PIPE THAT WILL REMAIN IN PLACE. THE PIPE SHALL BE EMBEDDED WITH
CONCRETE AT NO EXTRA COST TO THE AGENCY.
6. UNLESS OTHERWISE INDICATED. CONCRETE SHALL BE CUSS 420 -C -2000.
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN
SUPPORTS FOR CONDUITS ACROSS TRENCHES 224 -0
$HEFT 2 OF 2
I
OPTIONAL SIDE
OF BLANA ET ITTPI
UNDISTURBED EARTH (TYP)
OUTSIDE OF PIPE BELL
CROSSING PIPE WALL (OIAMETER Of PIPE AA 00
X'(SEE NOTE SI
4.
)2
O I I (TYPJ
6' 4IN.
\ TTP)
l EXISTING PIPE
CONCRETE BLANKET
(FOR EXISTING PIPES CROSSED OVER BY A NEW PIPE)
NOTES:
- 0./2 FOR D1 I$'
- 3 140. FOR DSIS'
1. CONCRETE BLANKET IS REQUIRED WHEN THE CLEARANCE BETWEEN THE TOP OF THE EXISTING PIPE AND THE BOTTOM OF THE
CROSSING PIPE IS LESS THAN 18 ".
2. 'Y'= 0 616- MIN 1 WHERE THE CLEARANCE BETWEEN THE TOP OF THE EXISTING PIPE AND THE BOTTOM OF THE CROSSING PIPE IS
LESS THAN Y", THE CONCRETE SHALL BE PLACED BETWEEN THE PIPES AND AROUND THE SIDES OF THE CROSSING PIPE UP TO
A LEVEL EQUAL TO 'Y' ABOVE THE EXISTING PIPE. OR AS REQUIRED BY NOTE 3 BELOW. WHICHEVER IS HIGHER.
3 -X " =D 12. MINIMUM, TO PROVIDE BEDDING MATERIAL FOR THE CROSSING CONDUIT. WHEN 'X' IS LESS THAN THIS MINIMUM, THE
ENTIRE TOP SURFACE OF THE BLANKET SHALL BE RAISED TO MAKE CONTACT WITH THE LOWER 90' OF THE CROSSING PIPE.
A THE BLANKET SHALL EXTENT LONGITUDINALLY TO THE FIRST JOINT BEYOND THE TRENCH EXCAVATION AT EACH END OF THE
BLANKET, EXCEPT THAT THE BLANKET NEED NOT BE EXTENDED MORE THAN A FEET BEYOND THE TRENCH,
5 WHENEVER A PIPE BELL IS ENCOUNTERED WITHIN THE LIMITS OF THE BLANKET. ALL DIMENSIONS SHALL REFER TO THE BELL
1`
INVERT SLAB OF ARCH OR BOX 1� C• 12' THICX 9TTROFOAY OR OTHER
SECTION (CROSSING CONDUIT) IFS, =�J APPROVED COMPRESSIBLE MATERIAL
UNOISTURSED EARTH -� �' \
I/ �y No MINIMum
OUTSIOE OF PIPE BELL �.A
EXISTING CONOUIT �
COMPRESSIBLE BLANKET
(FOR EXISTING PIPES CROSSED OVER BY A NEW BOX OR ARCH)
NOTES:
1_ COMPRESSIBLE BLANKET IS REQUIRED WHEN THE CLEARANCE BETWEEN THE TOP OF THE EXISTING
PIPE AND THE BOTTOM OF THE CROSSING CONDUIT (BOX OR ARCH) IS LESS THN 18 ".
2- THE BLANKET SHALL EXTEND LONGITUDINALLY FOR THE FULL CROSSING CONDUIT TRENCH WIDTH.
AMERICAN PUBLIC WORKS ASSOCIATION — SOUTHERN CALIFORNIA CHAPTER
SfANOARD RAM
PROMULGATED BYTHE APWA-.GC COOPERATIVE CO
JOWT YMmEE
BLANKET PROTECTION FOR PIPES
225 -0
1961
SHEET I OF I
USE WRH STANDARD SPECIMATIONS FOR PUBLIC WORKS CONSTRUCTION
•
•
•
October 28, 1996
CITY COUNCIL AGENDA
ITEM NO. 13
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM PUBLIC WORKS DEPARTMENT
C-31jx
SUBJECT: BALBOA BOULEVARD STREET RECONSTRUCTION
CONTRACT NO. 3118
RECOMMENDATIONS:
1. Affirm the Notice of Exemptions for the Project Improvements.
2. Approve the plans and specifications.
3. Authorize Staff to advertise for bids.
DISCUSSION:
This year's Capital Improvement Program provides for the reconstruction of Balboa
Boulevard from 14th to 16th Street and will be an extension of the improvements
constructed from 12th to 14th Street in 1995. This project will eliminate drainage
problems and standing water associated with the street and provide positive drainage
into the bay. Staff has received a wavier of permit requirements from the Coastal
Commission with a condition that the work be completed before Memorial Day.
During the budgeting process concern was raised by the BPPAC that their
recommendations for peninsula -wide improvements would be unfunded during the FY
1996 -97. The City Council agreed to review the BPPAC projects when submitted and if
they were a higher priority than the Balboa Boulevard improvements from 14th to 16th
Street, then the funds could be transferred to those projects. The draft report discusses
concepts for improvements on the peninsula.
Given that it does not appear that final decisions will be made on concepts until
December or January, it is recommended that the City go forward with the Balboa
Boulevard project at this time. Even when concepts are finalized it will take several
months to prepare designs and get projects ready for construction. These projects can
be considered for FY 1997 -98 Capital Improvement Program.
SUBJECT: BALBOA BOULEVARD STREET RECONSTRUCTION, CONTRACT NO. 3118 •
October 28, 1996
Page 2
The Balboa Boulevard improvements include the removal and reconstruction of 55,000
square feet of pavement, 8,000 square feet of sidewalk, replacement of street lights,
construction of 8 catch basins, installation of 2,100 feet of storm drains and landscaping
of the new roadway medians. The location of the work is shown on the attached Exhibit
"A„
Staff has prepared Notice of Exemptions for the subject project and has determined
that the proposed project is Categorically Exempt (Class 1 and 4) from the provisions of
C.E.Q.A. (existing facilities, minor alterations to the land). These documents will be
sent to the County Clerk within 5 days after City Council Affirmation.
The Engineer's total construction cost estimate is $725,000. Sufficient funds for this
project are available in the Balboa Boulevard Account Nos. 7181- C5100342 (Gas Tax)
and 7281- C100342 (Measure M Turnback).
The plans and specifications were prepared by the consulting engineering firm of Huitt-
Zoliars, Inc. (Williamson & Schmid) and the Public Works Department. All work is
anticipated to be complete by May 23, 1997. •
Respe�cQtffulllly submitted,
"""
PUBLIC WORKS DEPARTMENT
Don Webb, Director
by:
Steve luy
Project EngineerSenior Civil Engineer
Attachments: Concept Plan
Exhibit "A ", Preliminary Cost Estimate
1]
0
•
F
G
O
6
J
r
ja %s 171 11
C) / / V
�Er W
,J
S
x
w O
Qz
Q
a H w
I O
w
�l
_-J
Ir_• j
t�sxis rLLSTr,
W
act
ILL 9 T
rLLZ T
G
W
U
O
U
d
a
p �'S
R !t{r'
Y
F+
P�
H
O
L O
F.
a E-
Q�
a�
LLIA�
all
1�
ML
THENtWmirrmm'• cosuMESA, -
�I
Client Reference
`r,.
Daily Pilot R.ference #
Dear Advertiser:
Enclosed please find clip i Hof} yoII4 ad from the
first publication, beginning �...
If you need to make any changes or corrections,
please call me at your earliest convenience.
The cost of this publication will be $
Thanks for your cooperation and patronage.
330 West Bay Street
Costa Mesa, CA 92627
(714) 642 -4321
FAX (714) 631 -5902
PUBLIC
ceived at thesoflce of the
City Clerk, at 3300 Newport
Boulevard, P.O. Box 1768,
Newport Beach, Ca. 92658-
8915 until 11;00 a.m.
the 26th day of Novembeor,
n
1996, at which time such
bids Shall be opened and
read for BALBOA SOULE-
✓ARD STREET RECON-
i,TRUCTION FROM 14TH
'TREET TO 16TH STREET.
.ontract Number. 311B
Approved by the City
Council this 28th day of
October, 1996
LaVonne Harkless,
City Clerk
Prospective bidders may
obtain one set of bid docu-
ments at no cost at the of.
lice of the Public Works
Department, 3300 Newport
Boulevard, P.O. Box 1768,
Newport Beach, CA 92668-
8915.
For further information,
call Stephen Luy at 644-
3330.
Published Newport
Beach -Costa Mesa Daily
Pilot November 8, 13, 1996.
Fw96D
Sincerel(Ay,,
0 tting
Y
Manager
Legal Advertising Department
Authorized to Publish Advertisements of all kinds ding public notices by
Superior
•
Decree of the Count of Orange County, ornfa. Number A -6214,
rt
September 29, 1961, and A•24E31 June 11, 1963.
PROOF OF PUBLICATION
STATE OF CALIFORNIA)
) SS.
County of Orange )
I am a Citizen of the United States and a
resident of the County aforesaid; I am over
the age of.eighteen years, and not a party to
or interested in the below entitled matter. I
am a principal cleric of the NEWPORT
BEACH -COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed and
published in the City.of Costa Mesa, County
of Orange, State of California, and that
attached Notice is a true and complete copy
as was printed and published on the
following dates:
PUBLIC NOTICE
NOTICE
INVITING BIDS
NOVEMBER 13, 18, 1996
calved a thesonce of me;
City Clerk, at 3300 Newport
Boulevard, P.O. Box 1768,1
Newport Beach, Ca. 92658 -.
8915 until 11:00 a.m, one
the 26th day of November,;
1996, at which time such
bids shall be opened and
read for:
BALBOA BOULEVARD
STREET RECON-
STRUCTION FROM 14TH
STREET TO 16TH STREET
Contract Number: 3118
Engineer's Estimate Alt. A:
$750,000.00
Engineer's Estimate A8. B:
$744,675.00
Approved by the City
Council this 28th day of
declare, under penalty ty of perjury, that the
October, 1996
Narkless,
,Oregoing is true and correct.
aVon a
City
Prospective bidders may
obtain one set of bid docu-
ments at no cost at the o6
Oce of the Public Works
:Xecuted on NOVEMBER 18, 99 6
J
Department, 3300 Newport
Boulevard, P.O. Box 1768,
It Costa Mesa, Cafifornia.
Newport Beach, CA 92658 -
For further iniormalion,
�1
r
call Stephen Luy at
0
3330.
Published Newport
Beach -Costa Mesa Daily
Pilot November 13, 18,
1996.
Signature
W932
��� 4h
oail��lota'
Dear Advertiser:
Clement R e �/#
DCailj feren lot '
�P Rece
Enclosed please find cli n .� f yo ad from the
first publication, beginning
If you need to make any changes or corrections,
please call me at your earliest convenience. /�
The cost of this publication will be $ �)Z r
Thanks for your cooperation and patronage.
330 West Bay Street,
Costa Mesa, CA 92627
(714) 642 -4321
FAX (714) 631 -5902
PUBLIC NOTICE
NOTICE
INVITING BIDS
Seated bids may be re-
ceived at the office of the
City Clerk, at 3300 Newport,
Boulevard, P.O. Be. 1768,
,Newport Beach, Ca. 92658-
8915 until 11:00 a.m. on
the 261h. day of November,!
.1996, at which time such
bids shall be opened and
read for:
BALBOA BOULEVARD
:STREET RECON-
!STRUCTION FROM 14TH
STREET TO 16TH STREET
Contract' Number: 3118
Engineer's Estimate Alt. A:
6750,000.00
Engineer's Estimate Alt. B:
$744,675.00
Approved by the City
Council this 28th day of
October, 1996
LaVonne Narkless,
City Clerk
Prospective bidders may
obtain one set of bid docu-
ments at no cost at the of.
lice of the Public Works
Department, 3300 Newport
Boulevard, P.O. Box 1768,
Newport Beach, CA 92658.
8915.
For further information,
call Stephen Luy at 644.
3330.
Published Newport
Beach -Costa Mesa Daily
Pilot November 13, 18,
1996.
W932
Sincerely,
y o tting
Manager
Legal Advertising Department
aJry1
E
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 23,1996
Holland -Lowe Construction, Inc.
541 N. Main St., Suite 104 -350
Corona, CA 91720 -2043
Gentlemen:
(714)644 -3005
L..
r;
Thank you for your courtesy in submitting a bid for the Balboa Boulevard Street
Reconstruction project in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
y -
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 23, 1996
All American Asphalt
P.O. Box 2229
Corona, CA 91718 -2229
Gentlemen:
(714) 6443005
Thank you for your courtesy in submitting a bid for the Balboa Boulevard Street
Reconstruction project in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
Ll
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 23,1996
Clayton Engineering, Inc.
3661 Spruce Street
Newport Beach, CA 92660
Gentlemen:
(714) 6443005
Thank you for your courtesy in submitting a bid for the Balboa Boulevard Street
Reconstruction project in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
•
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 23, 1996
Sequel Contractors, Inc.
12240 Woodruff Avenue
Downey, CA 90241
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the Balboa Boulevard Street
Reconstruction project in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
0
Ll
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 23, 1996
Gillespie Construction, Inc.
245 Fischer Avenue, Suite B-3
Costa Mesa, CA 92626
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the Balboa Boulevard Street
Reconstruction project in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
CiN Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 23, 1996
Los Angeles Engineering, Inc.
4134 Temple City Blvd.
Rosemead, CA 91770
Gentlemen:
(714) 6443005
Thank you for your courtesy in submitting a bid for the Balboa Boulevard Street
Reconstruction project in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
0
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 23, 1996
Excel Paving Company
2230 Lemon Avenue
Long Beach, CA 90806
Gentlemen:
(714) 6443005
Thank you for your courtesy in submitting a bid for the Balboa Boulevard Street
Reconstruction project in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 23, 1996
Nobest Inc.
P.O. Box 874
Westminster, CA 92683
Gentlemen:
(714) 6443005
Thank you for your courtesy in submitting a bid for the Balboa Boulevard Street
Reconstruction project in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
• 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 23, 1996
Damon Const Co
455 Carson Plaza Dr., Unit F
Carson, CA 90746
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the Balboa Boulevard Street
Reconstruction project in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
•�_ V /�.�n -�. del ;�cc".��.� -c.�.�
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach