Loading...
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