Loading...
HomeMy WebLinkAboutC-4842 - West Newport Landscaping Project - Balboa Boulevard BeautificationCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC November 13, 2015 GMC Engineering, Inc. Attn: Gennady Chizhik 1401 Warner Avenue, Suite B Tustin, CA 92660 Subject: West Newport Landscaping Project— Balboa Boulevard Beautification C-4842 Dear GMC Engineering Inc.: On November 12, 2014, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on November 26, 2014. Reference No. 2014000510624. The Surety for the contract is Western Surety Company and the bond number is 58708005. Enclosed is the Faithful Performance Bond. II ely,Jvni I. Bfn, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 9 Fax: (949) 644-3039 • www.newportbeachca.gov Bond No. 58708005 Premium: $17,142.00 EXHIBIT C CITY OF NEWPORT BEACH BOND NO. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 17,142.00 , being at the rate of $ 1st $500,000 @ 1.08%= $5400 2nd $1,747,357.75 @ 0.672 = $11,742 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC ENGINEERING, INC. hereinafter designated as the "Principal," a contract for West Newport Landscaping Project — Balboa Boulevard Beautification, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Two Hundred Forty Seven Thousand Three Hundred Fifty Seven ($2,247,357.75) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to Indemnify, defend, and save hamtless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. GMC Engineering, Inc. Page C-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 21st day of November ,2013 . GMC Engineering, Inc. Name of Contractor (Principal) Authorized Signatu itie G,*-om y Cl.;zh; K 1 Presi demi' Western Surety Company Name of Surety 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 619-682-3512 Telephone Au oriAg nt 6ignature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GMC Engineering, Inc. Page C-2 (SEE ATTACHED) of California Y of _ On ACKNOWLEDGMENT SS. 20 before / me, Notary Public, personalty ppeared who proved to ma on the basis of satisfactory evidence to be the person(s) whose me(s) is/are subscribed to a within instrument and acknowledged to me that he/shalt executed the same in his/her eir authorized capacity(ies), and that by his/her/their si atures(s) on the instrument the pe n(s), or the entity upon behalf of which the person(s cted, executed the instrument. I certify under PENALTY F PERJURY under the laws of the State o lifornia that the foregoing paragraph is true nd correct. WITNESS my hand and Signature State of California County of On proved to me on the ba; subscribed to the within same in his/her/their ayy instrument the person) instrument. (seal) ENT 20 before me, tary Public, personally appeared who s satisfactory evidence to be the p on(s) whose name(s) is/are strument and acknowledged to me th he/she /they executed the ionzed capacity(ies), and that by his/her eir signatures(s) on the or the entity upon behalf of which the perso s) acted, executed the I certify under PI?NALTY OF PERJURY under the laws of the State of foregoing paro§raph is true and correct. hand and official seal. GMC Engineering, Inc. that the (seal) V vestem Surety Company POWER OF ATTORNEY APPOINTINC INDIVIDUAL ATTORNEY-IN-FACT Know All Neu By These Preseab, That W ESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corpomdon having its principal{ office in the City of Sioux Falls. and State of South Delmla, mrd that it does by virtue of the signature and sral herein fixed hereby make. corubtue and appoint Jeffrey R Gryde, Individually of LaguoaNiguel, CA, its ane and lawfW Alomvocy(s)4n-Faa with full power and authority hereby conferred to sign, sial and execute for and on its behalf bunds, u¢dermlaings and odrerobligtdocy instruments of similar nature - In Uniimited Amounts - and m bind h it meby as fully and to Bae sane intent as if such hrstrsments were signed by a ddy nothorized ofcer of the corporation and all We acts of said Abomcy, pursuant to the authority hereby given, me hereby ranifiedend Warmed. This Power of Attorney is made Orad executed pursuant to and by authority of the By -Law printed on the reverse hereof, duty adopted. as odianK by the shoreholdm of the caporaiam. In Wines; Where( WESTERN SURETY COMPANY has coned these presents to be signed by its Vice President and its corpo m, seal to be herew affixed on fiat Igtlr day ofOclober, 2112. WESTERN SURETY COMPANY at'.. `'lT. Brum, Via President State of Sobah DRUM County of Mi uachal a as On ibis IS* day of October, 2012, beBmc me personalty same Pam T, Brullm, m me known, who, being by me duly sworn, did depose and say: than he resides in the City of Sioux Fags, State of South Dakota; Ilial he is the Vice PICsidem of WESTERN SURETY COMPANY described in mad which emoted the above ioahuoaat; alar he knows the sed of said cmporarim; that the seal affixed to the said instrument is such mrporae sem; that it was so affixed punuant to nodwrily given by the Board of Directors of said eorpwaion and Ilia he signed his oame thereto pursuant to Ike authority, and acknowlealges some to be he not sed deed of sad corporation. Mycommiw neapim D10HR -a HR Jane 23,2015 mmrtat 4 J. Mohr, Novy Pontic cranFJc.+Te L L Nelson, Assisted Sammy of WESTERN SURETY COMPANY do hereby certify, tlbal rhe Power of Attorney hereinabove act forth is still in force, and further certify that the By -Law of the corporation pcinad on the rerersn hereof is still inform, In testimony whereof I have hereunto subscribW myrameand axed the seal of The ad corporatim this 21st day of November 2013 - WESTERN SURETY COMPANY a Y L Nelson. AssismdSeaemry Frnm F42B0-9-2012 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange OniNovembrr 21, 2013 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. ISIS COMM. #1974059 a OMY Notary Pubfic - California z _Orange County Comm. E: ires . 29, 2016 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title at description ofatwelneddaumernfl fl We or description ofatmehed document c m ia,rsyl} Number of Pages ___ Document Date (Addirioaal mform uian) CAPACITY CLAIMED BY THE STONER G Individual (s) C Corporate Officer Jolla) LJ Partners) 9 Attorney -in -Fact ❑ Truste4s) ❑ Other INSTRUCTIONS FOR COMPLE TING THIS FORM Arty arkrrnelfdgmtrorr completed in Cahforela amt mvnian, rerbrage esaerly ax apptarS aNat'e in At notary section or a -sepm',We aeFnowledgmeni farm must be proper!, completed and attached to that docamant. TAe onlp esrcptaa a if a deeoment a to he War"outside ofCdijwaia. in such urstomina, ane airernoona acknanrledgment wbiage as may be printed on such a dorumeat so long as dre n'0,61otge does not require the motor to do something Am a illegal far a notary is Codifornia #,c comfong the anikorized capering of the signer)- please check the doramem cardirity fur proper "ariat a^prdlag and attach this.lo m ifmgaved. • State and County mfa nation must be the State and County where the docmnem signets) laersoaally appeared before the notary public file achepwledpment. • Dare of nraarimlipar must be the bate that the signer(s1 personally appeared which must also be the scone date the aclmmrledgme it is completed. • The notary public must Print his of hors mane as b appears within his or her cnsmmWioa fnlhawed by a Comma aid than your d0e(nurary public). • Pawn tba aame(g) of document signer(a} who personally appear at the time of hkkarizatitm. • Tndicatu this, carted sin"lar w plural fnraas by tteening off inwarecr fonts (i.e, hdaoa'4wt, is Fara ) ar circling the wrm;t forma. Fallare to correctly indicate tris mfomeion ouy lead m rejection of awits mit restarting- The est riling - The notary seal impression must be clear and photographically rcprtducible Impression must e% cover text m ivies. If seal imprrasion smudges, reseal if a suffx legs ares Pamir& otrunvhe oomPlete a ditacvort aclua wledgmew form. • Signaime of rhe nutury pabbe most match the signature use file with the office of the county clorh. b Additimhat information is mot requitrai bur could help to manage this aclaaowledgment is not rnimei or attached to a diri'ererni documart. fi tadicale title or ripeofatmched ducurnent, number orpsges and date. 0 Indicate the capacity claimed. by the signer If the obimed capacity is a rarprrrate a(fxer, irtdUcale thetale(i.r. CEO CEO, Secretary). + Seturely attach this docunrnt to the signed document CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of n c o"O . On Noy- -A 2 F 0 13 before me, personally appeared who proved to me on the basis of satisfactory evidence to be the person(e whose name(.) is/subscribed to the within instrument and acknowledged to me that he/shia/tj)ay executed the same in his/her/their authorized capacity(i*s , and that by his/her/t(leir signature(g) on the instrument the personKor the entity upon behalf of which the person(e acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. BARBARA A. WER8 Commlaalon S 1980119 otary Public - California WITNESS my hand and official seal. Orange county 6��;Ofturn. Ex ices Jun 1, 2018 r r Signature of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT l 1'erJ�tonwu ce, goad (Title or description of attached document) l Nf:wferia i. e LC4Or' rn PP01eI-- (Title or d cription of attached doc me olio d) Number of Pages Z Document Date 11AL111 Iii Pa.JPorA FJ2-o�G i� 1 (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer Pcrs, d curl (Tile) ❑ Parhier(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a documem so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefu/lyfor proper notarial wording and attach this fam if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect fors (i.e. he/she/dW, is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area petits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signamre on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. 4, Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC February 3, 2015 GMC Engineering, Inc. Attn: Gennady Chizhik 1401 Warner Avenue, Suite B Tustin, CA 92660 Subject: West Newport Landscaping Project - Balboa Boulevard Beautification C-4842 Dear GMC Engineering, Inc.: On November 12, 2014 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on November 26, 2014, Reference No. 2014000510624. The Surety for the bond is Western Surety Company and the bond number is 58708005. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov Premium: Included EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 58708005 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GMC ENGINEERING, INC. hereinafter designated as the 'Principal," a contract for the West Newport Landscaping Project — Balboa Boulevard Beautification, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used In, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Two Hundred Forty Seven Thousand Three Hundred Fifty Seven ($2,247,357.75) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 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 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. GMC Engineering, Inc. Page B-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 21st day of November 12013 . GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 619-682-3512 Telephone AeA� Authorized Signature itle GeuNerdy CK-.ikiKjPres!dee>f tfN.� Ami orized A6eryfSignature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GMC Engineering, Inc. Page B-2 (SEE ATTACHED) of California y of ACKNOWLEDGMENT Ss. On 20 before me, Notary Public, personal, ppeared who proved to m on the basis of satisfactory evidence to be the person(s) whose ame(s) is/are subscribed to a within instrument and acknowledged to me that he/she y executed the same in his/her eir authorized capacity(ies), and that by his/herttheir si atures(s) on the instrument the pe n(s), or the entity upon behalf of which the person(s acted, executed the instrument. I certify under PENALT F PERJURY under the laws of the State California that the foregoing paragraph is tru nd correct. WITNESS my hand and officia eal. Signature (sea,) ACKNO➢41LXDGMENT State of California County of On proved to me on the basis satisfactory evidence to be the subscribed to the within i tnament and acknowledged to me same in his/her/their a orized capacity(ies), and that by his instrument the person or the entity upon behalf of which the instrument. 20 before me, ry Public, personally appeared who erson(s) whose name(s) islare at he/she/they executed the s/h their signatures(s) on the per n(s) acted, executed the I certify under POALTY OF PERJURY under the laws of the State of foregoing paragtaph is true and correct. WITNESS Av hand and official seal, GMC Engineering, Inc. that the (seal) V vestern Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Kaaw AD Men By These Presents, That WESTERN SURETY COMPANY. a South Dokota corporation, is a duty organized and existing corporation having its principal office m the City of Sioux Pals, and State of Sotto Dakota, and that it does by virtue of the sigmahnc and seal herein axed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its true and lawful Attomey(s)-in-Fact with ft' I power and authority hereby conferred to sign, "and execute for and on its behalf bonds, undertakings and other obligatory instmmem s of similar nature - In Unlimited Amounts - and to bind a thereby as fully and to the same extent as if such instruments were signed by a duly authorized offs ar of the corperatlon and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and wnfirrned. This Power of Atromey is made and executed pursuant :o and by autharity of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corpauion. In Witness Wberenf, WESTERN SURETY COMPANY has caused these presents to be signed by its Via President ad its corporate seal to be hereto affixed on this 18th day of Oclalrcr, 201:. WESTERN SURETY COMPANY �apayx� '1l�aC ter` �L/ M psF / ata T Bruflaf, Via Prc:idrnr State of South Dakota ss County of Minnehaha On this IM day of odober, 2012, before me personalty came Paul T. Bruflat. to the known, who, being by me duly sworn, did depose and wy' that he resides in the City of Sioux Falls, State of South Dakota; that he is fee Vice President of WESTERN SURETY COMPANY described in and which executed the above instnunnt; that he knows the seal cf said corporation; that the seal axed to the said instrument is such corporate seat; that it was so affixed pursuant to authority given by the Burd of Directors of said corpouation and that he signed his name thereto pursuant to like authority, ar.d acknowledges same to be the act and deed of said corporation. My conarissien expires [ 1 J. MOHR June 2i, 2015 � ov sns J. Mobr, Notary Public CCBrIFICATE 6 L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attomey hereinabove set forth is still in force, and further certify that tau By -Law of the corpor tion.milted on the r crse hereof is 9631 in force. In testimony whereof 1 have hereunto subscnbed my name and axed the seal ofthe said corporation this 21St day of November 2013 WESTERN SURETY COMPANY a (::�r 2?aim I., Nelson, Assistant Secretary Font F42110-1-2012 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On November 21, 2013 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature w• =No 59 fornia z A oP29, 2016 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description ofallmebod document) I I kic or description of attached document commual) Numbicr of Pages _ Dmumcm Date ihddirional infisrnatiom) CAPACITY CLAIMED BY THE SIGNER C Individual (s) Ci Corporate Officer jitki U partner's) M Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM ,Inv arkn[rw/edgacmt rompleard in Caftforato must e»ntaim verbiage exactly as appears above in the notary section or a mparare acknowledgment fd'm raw, be pmper'!y completed and attached ra that dommosr. TM only a eepaos is tf a docaarest a to be recorded outside afCafrforn,x in such instances, any alkotimhe acknowledgment verbiage as muv be printed an such a doomerr so long w ilio terbtage does nor reynire the tmmry to do something taw is tftegal fru a motarr is Caltforma &C, cerrifwng the authr—zed capacM of the signory. Please chock the dorumenr carefully for proper nwarial iew•dtng and attack this form if required. • State and County information must be the State and Camay where she duce m ore signd(sl personally appeared before the meaty public faracknowledpmemt- • Date of moralization must he the date that the signer(,) peesomaify, appeared which mum also he the.same dam the acknowledgment is completed. • The notary pubic must print his or her name as a appears within his or her corimissim falkwcd by a enmma sad thenyour title (n tory public]. • phut the namels) of document signer's) who pa'sonally appear at the time of nit4mZatiOn • Trod ic.l. die correct singWirr or plural foams by crossing uff incurtect forma fi.n hro'shddsyr's Iso) or circimg the wexet loatta. Failure to wnomly imidicatr lids mfamation Italy [cad to miectim of document recording. • rhe noury seal impressiOn 'Dust be dear and photographically nprodocitile Impression noun Dna coves teat to lines. If seal fmpmessioa smudges„ re -seal if a sulrrciem arca pcomils, odter rise complete a detfercm wknmwkd&ment form. • Signature of the notary public must match for signature on file wilh the office of the country clerk. le Additional information is not required but could help to ensure this acfaruwiedgment is not trosissed or attached to a defferem document. fi hitherto rick ar type ofamachad documrat, number of pages and dace. 0 Indicate the upeciry claimed by the signer If the tkimned capacity is a corporate olffikw. mdwase the title(i.e. CEO, CFO, S oreeary). • St"rely attach this document to the signed dncmmcnt CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of 1,N On N o V a 2r ao n before me, A r r lcaLm Air. [Ayi � anNOth'vP61 `e - (Her personally appeared Cr a woo -di C - k z ki K , who proved to me on the basis of satisfactory evidence to be the personEe) whose name(.&) is/aFt- subscribed to the within instrument and acknowledged to me that heL&1r5they executed the same in his/her/their authorized capacityks), and that by his/,her/their signature* on the instrument the personal, or the entity upon behalf of which the personJrs'j acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. BARBARA A. MYERS Commission a 1980419 Notary Public • California WITNESS my hand and official official seal. _ 0ranga county ' /��ka-c�VLf My Comm. Ex Ives Jun i, 2016 Signature of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached d ument) West' Netaot,ri- La Ndsc.on'Na Pt•�i�rf,._ (Title or scrtption of attached d ume oontintlfd) Number of Pages a Document Date /.21// - N� anor4-8eac� (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ;E5 Corporate 1 Officer Qresl a en1'r (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California most contain verbiage exactly as appears above in the notary section or a separate acknowledgment form most be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefullyfor proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which most also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the mantels)ofdocument signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/#W,- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. 4 Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. +.• Indicate title or type of attached document, number of pages and date. 4 Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document C in IIOIIIffII�iIcIIiIaIl IIIRIe!I�cIoIIIIrIdI'IIsI,' Orange CountyREen, Clerk -Recorder RECORDING REQUESTED BY AND NO FE E WHEN REIURf7Ill$III*III IIIa 11T 1 20 510624 9:00 am 11126114 City Clerk 414 N12 1 City of Newport Beach E 0.00 0.00 0.00 0.00 0.00 0.00 0.00 100 Civic Center Drive �; r a0f1$;N Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GMC Engineering, Inc. of Tustin, CA, i l' as Contractor, entered into a Contract on November 13, 2013. Said Contract set forth certain improvements, as follows.- West ollows: West Newport Landscaping Project — Balboa Boulevard Beautification (C-4842) Work on said Contract was completed, and was found to be acceptable on November 12, 2014 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. I:A Public Works Director City of Newport Beach M: 11.1aWIN110011 I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. nAII 1'II Executed on IV U at Newport Beach, California. \ . • oCity Clerk i ' BY V111111, CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC November 14, 2014 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following projects: • Police Facility HVAC Replacement (Contract No. 5542) • 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements (Contract No. 5196) • West Newport Landscaping Project — Balboa Boulevard Beautification (C-4842) Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincer ly, Leilani I. Brown, MMC City Clerk Enclosures 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GMC Engineering, Inc. of Tustin, CA, as Contractor, entered into a Contract on November 13, 2013. Said Contract set forth certain improvements, as follows: West Newport Landscaping Project — Balboa Boulevard Beautification (C-4842) Work on said Contract was completed, and was found to be acceptable on November 12, 2014 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. In Public Works Director: 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 q at Newport Beach, California. BY 4/ui 0 of k City Clerk CITY OF F NEWPORT REACH City Council Staff Report November 12, 2014 Agenda Item No. 4 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Iris Lee, Senior Civil Engineer PHONE: (949) 644-3323 TITLE: Balboa Boulevard Beautification — Notice of Completion and Acceptance of Contract No. 4842 (CAP14-0008) ABSTRACT: On November 12, 2013, City Council awarded Contract No. 4842, Balboa Boulevard Beautification project to GMC Engineering, Inc. (GMC) for a total contract cost of $2,247,357.75 plus a 10 percent contingency allowance. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code; c) Release the Faithful Performance Bond one year after acceptance by the City Council; and d) Approve Budget Amendment No. 15BA-021 transferring $10,845.00 from project savings from Account No. 7013-C3002021 (Eastbluff Bike Lane) to Account No. 7013-C2002063 (Balboa Boulevard Landscaping); reappropriating $9,481.00 from project design savings within Account No. 7013-C2002063 (encumbered funds carried over for surveying services); and authorizing use of these funds for GMC Engineering. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following accounts: Account Description Account Number Amount Balboa Boulevard Landscaping 7013-C2002063 $ 2,480,337.14 Maintenance & Repair 3170-8160 $ 6.088.00 Total: $ 2,486,425.14 4-1 Funds were allocated from the Maintenance & Repair budget mid -project to accommodate a request by the Municipal Operations Department to connect an existing battery-operated irrigation system located in closer proximity to the project limits and connect it into the project's irrigation system. The action associated with the recommended budget amendment will provide adequate funds for the project utilizing surplus funds from design savings from this project and another project. There are also currently sufficient funds in the Municipal Operations Department operating budget to maintain the project limits for the balance of this fiscal year. Future operating maintenance budget will need to be adjusted to accommodate an increased level on maintenance as a result on this project. DISCUSSION: Overall Contract Cost/Time Summary The contract has now been completed to the satisfaction of the Public Works Department. A summary of the construction contract cost is as follows: Original bid amount: Actual cost of bid items constructed: Total change orders: Final contract cost: $2,247,357,75 $2,248,142.15 $238,282.99 $2,486,425.14 Pursuant to the West Newport Citizen Advisory Panel and Neighborhood Revitalization Committee's vision to introduce beautification elements to the area, this contract focused on landscape improvements along Balboa Boulevard between West Coast Highway and 23rd Street. The project included removal of the existing hardscape, vegetation and irrigation system, installation of new water -friendly landscaping and an efficient irrigation system, construction of asphalt and concrete improvements, introduction of architectural features and a new Balboa Peninsula gateway monument sign. The final construction contract cost was approximately 10.6 percent above the original bid amount, which is slightly more than the allocated 10 percent contingency. The key change order component amounting to approximately 65 percent of the spent contingency resulted from the large amount of unexpected and unsuitable subsurface material encountered. It was speculated that much of this debris, such as masonry, asphalt, concrete, timber, utilities, was buried under Balboa Boulevard from previous operations associated with the long history of use of the Boulevard, including railroad and early street construction. Extra effort was needed to remove this material to allow adequate planting depth and to reroute the irrigation lines through and around this buried material so as to complete the project. 4-2 Actual Awarded Final Cost at Contingency% Due to % Due to Contract Amount Completion Allowance Contract Directed Unforeseen Change Change Change $2,247,357.75 $2,486,425.14 10% or less +10.6% +0.04% +10.6% 140 Actual Time Allowed Contract Time (days) (+ 90 days -3 plant Under (-) or Over (+) establishment The contract has now been completed to the satisfaction of the Public Works Department. A summary of the construction contract cost is as follows: Original bid amount: Actual cost of bid items constructed: Total change orders: Final contract cost: $2,247,357,75 $2,248,142.15 $238,282.99 $2,486,425.14 Pursuant to the West Newport Citizen Advisory Panel and Neighborhood Revitalization Committee's vision to introduce beautification elements to the area, this contract focused on landscape improvements along Balboa Boulevard between West Coast Highway and 23rd Street. The project included removal of the existing hardscape, vegetation and irrigation system, installation of new water -friendly landscaping and an efficient irrigation system, construction of asphalt and concrete improvements, introduction of architectural features and a new Balboa Peninsula gateway monument sign. The final construction contract cost was approximately 10.6 percent above the original bid amount, which is slightly more than the allocated 10 percent contingency. The key change order component amounting to approximately 65 percent of the spent contingency resulted from the large amount of unexpected and unsuitable subsurface material encountered. It was speculated that much of this debris, such as masonry, asphalt, concrete, timber, utilities, was buried under Balboa Boulevard from previous operations associated with the long history of use of the Boulevard, including railroad and early street construction. Extra effort was needed to remove this material to allow adequate planting depth and to reroute the irrigation lines through and around this buried material so as to complete the project. 4-2 A summary of the project schedule is as follows: Estimated Completion Date per 2014 Baseline Schedule August 1, 2014 Project Awarded for Construction November 12, 2013 Contract Completion Date with Approved Extensions July 22, 2014 Actual Substantial Construction Completion Date July 17, 2014 ENVIRONMENTAL REVIEW: On November 12, 2013, City Council found this to be project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15304(b) (new landscaping and replacement of existing landscaping) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A — Location Map Attachment B — Budget Amendment Ml NTS I FC-.FNn ` ll1 CONSTRUCTION LIMITS WEST NEWPORT LANDSCAPING PROJECT l : • A *01011 LOCATION MAP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-4842 1 11/12/14 =11 ATTACHMENT B City of Newport Beach BUDGET AMENDMENT 2014-15 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations PX Transfer Budget Appropriations PX SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To transfer expenditure appropriations from the Eastbluff Bike Lane project savings to the Balboa Blvd. Beautification project within the General Fund. ACCOUNTING ENTRY: NO. BA- 15BA-021 AMOUNT: $10,645.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Description Description Division Number 7013 Street Account Number C3002021 Eastbluff Bike Lane Division Number 7013 Street Account Number C2002063 Balboa Blvd. Landscaping Signed:/,Iii/// /IAA ancial Approva Finl: Finance I Signed: r. .1 Signed: Admini-sT ati4e Approval: City City Council Approval: City Clerk $10,845.00 $10,845.00 Il -t-( - I Lf Date Date Date 4-5 GMC Engineering Inc. 1401 Warner Avenge, Suite B Tustin, CA 92780 CITY OF NEWPORT BEACH NOTICE INVITING BIDS City Clerk Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Until 10:00 a.m. on the 23rd day of October, 2013, at which time such bids shall be opened and read for WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Title of Project Contract No. 4842 $ 1,875,000 Engineer's Estimate App�ed by A Patrick Thomas City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" For further information, call Iris Lee, Project Manager at (949) 644-3323 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: httl?://Wvvw.NewportBeachCA.gov CLICK: Online Services / Bidding & Bid Results GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92700 City of Newport Beach WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Contract No. 4842 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 17 INFORMATION REQUIRED OF BIDDER..................................................................... 18 NOTICE TO SUCCESSFUL BIDDER...........................................................................21 CONTRACT.................................................................................................................. 22 FAITHFUL PERFORMANCE BOND.............................................................................30 LABOR AND MATERIALS PAYMENT BOND............................................................... 35 PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 E GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 City of Newport Beach WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Contract No. 4842 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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. 7. 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. 3 GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 8. 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". 9. 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. The signature below represents that the above has been reviewed. 739091 A and B Contractor's License No. & Classification GMC Engineering, Inc. Bidder 4F — Authorized Signature/Title Gennady Chizhik - Pres. October 23, 2013 Date 0 City of Newport Beach Contract No. 4842 BIDDEMS BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firm'y bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Total Amount Bid Dollars ($ 10% ), to be paid end forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the constructfcn of WEST NEWPORT LANDSCAPING PROJECT • BALBOA BOULEVARD BEAUTIFICATION, Contract No. 4842 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed oontract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of"Notification of Award", Otherwise this obifgation snall beoome null and void. If the undersigned Principal executing this Bond is executing this Band as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 21st day of October 2033. GMC Engineering Inc. Name of Contractor (Principal) Authorized Signaturemi Gennady Chizhik - President Western Surety Company Name of Surety 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 619-682-3512 Telephone By 4=4,z— amazed A6ent Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Princlpal & 5uretV must be attached) Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know .AR Men By That Presents, That WESTERN SURETY COMPANY, a$outh Dakota corporation, is a duly organized and existing corporation having its principal Clic¢ in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein axed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its me and lawful Attorney(s)-in-Fact with fu's.] power and authority hereby conferred to sign, "and execute for and omits behalf bonds, undcriakingsand otherobligatory instruments of s'. motor nature - In Unlimited Amounts - and to bind it thereby as fully and to Me same extent as if such instruments were signed by a lily authorized offcer of the corporation and all the sets of said Attorney, pursuant to the authority hereby given, are hereby rarifredand confirmed. This Power ofAtWmey is made and executed pursuam ro and by authority of the By -IoW printed on the reverse hereof, duly adopled as indicated, by the shareholder of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on his 111th day of October, 2012. r WESTERN SURETY COMPANY ��-.Z7' aul T Bmtlat, Vice President Stale of South Dakota ss Cotauty of Mvtnehaha On this I ft day of October, 2012, before me peronal:y came Paul T. Bruder, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State cfSouth Dakota; (het he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above imnnummrho[ he knows the seal Cf said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Director of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges sent to be Bre act and deed of said corporation. Mycommissionexpires """"'^^`�^^ E J. asOHR loot 23, 2QIy � sears wc1E" ��..,.+«we � Or„eV✓ J. Mdse, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COhIPANY do hereby certify that the Power of Attomey heremaheve set forth is still in force, and further certify that the By -Law of the corporation printed on the r crse hereof is still in force. In testimony whereof t have hereunm subscribed mynanseardaffixed Mescal oflbesaidcorporaLion this 21st day or October 2013 WESTERN SURETY COMPANY +e -M iC.Ai�IlL �� Fo>ro F4260-7-2011 L. Nelson, Assistant Secretary CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On October 21, 2013 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature F Ali COMM. #1974059 g < Notary Public • California s Orange County Comm. Expires 29.2016 (Notary Seal) ADDITIONAL OIYFIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description u f attached 4; Mumcnt ) 0 itle or description ofattached document continued) Number of Pages Da ument Date (Additional information) CAPACITY CLAIMED BY THE SIGNER C Individual (s) i..- Corporate Officer Jitle) U Partner(s) tXJ Attorney -in -Fact ❑ Trustee(s) ❑ (Miter INSTRUCTIONS FOR COMPLETING THIS FORM Anva[ knowleml r> nent completed in Cahforal,r mrc+t r'ontarn verbiage exactly as appears above to the mrotary section or a separate oeinowledgment fam Rums? be properly completed mid artached ro that docunreRt. The onfp erceprioa is xf' a docrimeni is to be ewo►ded otaslde of Colrr1brrria- !n siOr inuazpn, am alternative acknowtae vrenr wbiage as may be printed on such a docitme+nf so lomR as lite iveblabe does not require the nota?y to do something that is iUegol jbr• u n. tar? in Crrltfi+rner? 0.r certifrvng the aut/tarized capadty of the signer)- Please check the document carefimily for proper trorarial WO-dittg and attach this form if required. • State and Comfy information must be lite Slate and Coumy where the document signers) mrsonally appeared before the notary public for ackaowledgmeat. + Date of nntarixation must be the date that the signer(s) personally appeared which must also he lite .same dale the acknowledgment is cornpleted. Ile notary public must print hit or her name as it appears within his or her commission followed by a eomrrta and then your title (noiaty public) Nint the narne(s) of di,cuinent signals) who pNser►atly appear nt the time of notarization • Indicate the correct singular or plural forme by crrktsin}) uff inwrrect furans (r.e. hails i0dwyr is lamb ) or circling die correct fimus, Patlure w correctly indicate this information may lead to Vei-tion of dmurneni rmurding- rhe notary scall impression must be Clear and photographically reproducible Impression meso not cover teat or lines, If semi impressinn smudges, re -seal If a sufficient area pefntits, wherwise complete a difrermi acknawfedgmew forth, • Signature of rbc notary public must match the signature on file with the otTxce ()I' the county clerk, dr Addilwool inf winat►on is not regatied but cuukl help to ensure this acknowledgment is not misused or attached to a different document. Indicate title nr type ofatlaebod document, number of page: and dale. w Indicate the capacity claimed by the signer If the claimed capacity is a cogmtaie ofl- er, indicate the title fi.e. CEtj. CF'r), Stmretary). r Securely attach this docutr►ent W the signed document CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On Oct 23, 2013 before me, personally appeared Genn Barbara A. Myers, Notary Public (Here insert name and title of the officer) Chizhik who proved to me on the basis of satisfactory evidence to be the person( whose named is/subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in his/ber/the�authorized capacity(ies), and that by his/4er/tWrr signature,() on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. BARBARA A. MYERS Commission # 1980419 i ; ��► Notary Public - California Z WITNESS my hand and official seal. Z orange County My Comm. Expires Jun 1, 2016 Signature of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Bidder's Bond — West Newport (Title or description of attached document) Landscaping Project - Balboa Blv (Title or description of attached document continued) Number of Pages 1 Document Date 10 / 21 / 13 Beautification — Contract 4842 Newport Be c A itional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer President (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.coni INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/the),,— is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 City of Newport Beach WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Contract No. 4842 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 represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the 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. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work 9% of Number Total Bid Fj,T ' MACHT SURVEYING, INC. 17955 Slay Park Circle, Suite F ivvine, CA 92614-6372 949-757-0613 State License Number: �S oV�rvA� BLACK ROCK CONSTRUCTION 282 N. St. Crisper �" Brea, CA 92821 15,17q 714-412-3106 Z� Lie. # 943308 PCC Concrete 2F 1 3q'g3/ State License Number: BRAVO SIGN & i)ESI(:N �� 520 F. Central Park Avenue I Anaheim, CA 92808-1472 714-•284-0300 Lic.# 641391 iMONUM ENT SIGNS State License Number: GIVIC Engineering Inc. 1,401 Werner Avenue, Suite B Tustin, CA 92780 City of Newport Beach WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Contract No. 4842 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 represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the 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. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work ----6/- of Number Total Bid NamP_ BUENA VISTA LANDSCAPI•: 1472 N, Harding fit. Orange, CA Q867 "V 714-771-2563 674472 C27 LANDSCAPE IRRIGATION State License Number: VIACADEE ELECTRICAL 47y5 Lanier Roar! Chino Hills, CA 9171(} 909-627-1336 Lie. # 583125 ELEC r!ZICAI State License Number: >¢'PF1110R PAVEMENT MARKINGS 5312 Cypress Street Cpress, CA 90630 714-562-9100 Lie. # 776306 STRIPING State License Number: I GMC Engineering Inc. 1401 Warner Avenue, Suite 8 Tustin, CA 92780 Bidder Authorized Sigqnature/Ti e Gennady Chizhik - president City of Newport Beach WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Contract No. 4842 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name GMC Engineering, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number Contract Project Description Bayside Approximate Construction Dates: From Agency Name Contact Person Citv of Fonq Tse Cove Walkwa 9/09/13 rt Beach Current TelephoneQ49) 644-3321 Original Contract Amount � 47 , 967Fiaal Contract Amount $ TBT) If final amount is different from original, please explain (change orders, extra work, etc.) IMAM Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 0' GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 No. 2 Project Name/Number Contract No. 4841 - Bay Avenue West Project Description Pavement Rehabilitation Approximate Construction Dates: From 9/21/13 To: Current Agency Name City of Newport Beach Contact Person Peter Tauscher Telephone 041 644-3316 Original Contract Amount $1,19 9f=inal Contract Amount $ TBD 999.50 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/NumberMission Viejo Dog Park Project Description (CIP 31 3) Felipe Road Approximate Construction Dates: From 7/22/13 To: Current Agency Name City _of Mission Viejo Contact Person Jerry Hill Telephone 0 4 1 470-3085 Original Contract Amount $ 888, Final Contract Amount $ TBD 888.00 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 GMC Engineering Inc. 1.401 Warner Avenue, Suite B Tustin, CA 92750 No. 4 Project Name/Number Jamboree Road Improvements Project Description From Bristol Street to Fairchild Road Approximate Construction Dates: From 10 / 5 /1 0 Agency Name City of Newport Beach 2/1/13 Contact Person Andy Tran P.E. Telephone (94P 644-3315 Original Contract Amount $ 1 , 489 ,Final Contract Amount $ 1 , 449-037 .15 907.00 If final amount is different from original, please explain (change orders, extra work, etc.) Extra Work added but Significantly Reduced Total Cost to Owner through Value Engineering. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 5 Project Name/Number Measure R: N47 at Sepulveda Blvd. Project Description I-111 Project No. 82012-48 Approximate Construction Dates: From 3 /18 /13 To: 4/26/13 Agency Name City of Torrance Contact Person Craig Belezerian P.ETelephone (31P. 618-3054 Original Contract Amount $_1 86 , Final Contract Amount $.18 6 , 915 . 20 319.00 If final amount is different from original, please explain (change orders, extra work, etc.) Minor Final Quantity Adjustments Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 11 CIVIC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 No. 6 Project Name/Number Rancho Parkway Street Improvements Project Description From Hermana Circle to Portola Pkwy. Approximate Construction Dates: From 3/ 2 7/ 12 To: 12/26/12 Agency Name City of Lake Forest Contact Person AN4el Fuertes P.E. Telephone ( 94)9 461-3490 Original Contract Amount$ 2, 590, Final Contract Amount$ 3,332,158.12 962.20 If final amount is different from original, please explain (change orders, extra work, etc.) Increased Scope of Work. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. �r GMC Engineering, Inc. Bidder Authorized Signature 'tle Gennady Chizhik - Pres. 12 NINEE1 IGIc GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B Re: WEST NEWPORT LANDSCAPING PROJECT BALBOA BOULEVARD BEAUTIFICATION CITY OF NEWPORT BEACH CONSTRUCTION MANAGEMENT TEAM MAY BE ASSIGNED FOR THE ABOVE REFERENCED PROJECT Gennady Chizhik— President Involved in Construction since 1979 Served as: Foreman, Superintendent Currently serving as: Project Manager, Estimator, Field Engineer Oversees all aspects ol'GMC Engineering, Inc. J. Michael LaVoie— Estimator, Project Manager / Engineer Involved in Construction since 1990 Served as: Laborer, Field Engineer, Estimator, Project Manager. Currently serving as: Estimator, Project Manager, Field Engineer James Williams — Superintendent Involved in Construction since 1998 Scrvcd as: Laborer, Operator Performed work in Grading, Concrete, AC.. Underground Utilities, cte. Currently serving as: Superintendent in charge of selected GMC Field Operations, as welt as scheduling and supervising Ernie Beas — Superintendent Involved in Construction since 1978 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising. Art Sanchez — Superintendent Involved in Construction since 1985 Served as: Laborer, Operator Foreman Superintendent Performed work in Grading, Concrete, AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising. 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247-1040 • Fax (714) 247-1041 GMC Engineering Inc. 9409 Warner Avenue, Suite B Tustin, CA 92780 CitV of Newport Beach WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Contract No. 4842 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) Gennady Chizhik being first duly sworn, deposes and says that he or she is President of GMC Engineering, Tnc.,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 party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any 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 of the laws of the State of California that the fo oingis t rup and correct. GMC Engineering, Inc. Bidder Authorized Signature/Title Gennady Cizhik — President Subscribed and sworn to (or affirmed) before me on this day of by PLEASE SEE ATTACHED satisfactory evidence to be the person(s) who appeared befc e on the basis of I certify under PENALTY OF PERJURY r the laws of the State of California that the foregoing paragraph is true and corr- Notary Public My Commission Expires: 13 Jurat State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 23rd day of October 2013 by Chizhik proved to me on the basis of satisfactory evidence to be the personkff) who appeared before me. — - & /Z (Notary seal) Signature BARBARA A. MYERS Commission # 1980419 r z • Notary Public •California z z �� Orange County z n My Comm. Expires Jun 1, 2016 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Non—Collusion Affidavit — West (Title or description of attached document) Newport Landscaping Project (Title or description of attached document continued) Number of Pages 1 Document Date NIA Balboa Blvd. Beautification Contract 4(hllone] inCVewo8rt Beach INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurats completed in California after January 1. 2008 must be in the form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed does not follow this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jut atform such as this one which does contain proper wording. In addition, the notary must requite an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document was previously signed it must be re-signed in front of the notary public during the jurat p'ocess. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed - • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on fle with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible - Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a differentjurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA vI.9.07 800-873-9865 www.NotaryClasses.com GMC Engineering Inc. 14701 Warner Avenue, Suite B Tustin, CA 82780 City of Newport Beach WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Contract No. 4842 DESIGNATION OF SURETIES Bidder's name GMC Engineering, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Surety: Agent• Western Surety Company JRG Surety R Ins Agency 1455 Frazee Rd. Ste. 801 24382 Hilton Way San Diego, CA 92108 Laguna Niguel, CA 92677 Ph: 619-682-3512 Ph: 949-448-7910 Contact: Jeffrey R. G 14 GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92.780 City of Newport Beach WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Contract No. 4842 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name GMC Engineering, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record RecordRecord _Record Year of for for for for for Record 2012 2011 2010 2009 2008 Total 2013 Na. of contracts 2 3 2 5 6 Total dollar Amount of Contracts (in �� >Sobioao. 7yogyat,5. 7tJSo,$a3, 7,v53,a31, 7,787,573. %j2�}yo,gys Thousands of $ No, of fatalities ® 0 0 0 0 0 p No. of lost Workday Cases 0 0 0 0 0 0 0 Noof lost workday cases involving permanent transfer to 0 0 0 0 0 0 anotherjob or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 Legal Business Name of Bidder Business Address Business Tel. No. GMC Engineering, Inc 1401 Warner Ave. Ste.B, Tustin. CA 714-247-1040 State Contractor's License No. and Classification: 739091 A and B Title President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date President N/A Chizhik - 23, 2013 Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. (NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 16 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On Oct. 23, 2013 before me, Barbara A. Myers, Notary Public (Here insert name and title of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the person(sl whose name(s) is/xCsubscribed to the within instrument and acknowledged to me that he/546/tk T executed the same in his/hor/t eir authorized capacity(iei�), and that by hisser/their signatures) on the instrument the personf o, or the entity upon behalf of which the personKaeted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. yR8AR 8AA A. MYERS iS Commission a 1980419Ir zNotary Public • CaliforniaWITNESS my hand and official seal. orange Countyj,Mq Comm. Expires Juni. 2018 (Notary Seal) Signature of Notary Public 10 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACI-IED DOCUMENT Contractor's Industrial Safety (Title or description of attached document) Record - W. Newport Landscaping (Title or description of attached document continued) Number of Pages 2 Document Date 10 / 2 3/ 13 Balboa Blvd. Beautification Contract 4 Adtionaliufo�m_ykoolt Beach CAPACITY CLAIMED BY THE SIGNER C Individual (s) ,C' Corporate Officer President (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryC[a ses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on .such a document so long as the verbiage does not require the notary to do something that is illegalfor a notary in California (i.e. certifying the authordced capacity of the signer). Please check the document carefullyfor proper notarial wa'dingand attach this form if required • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be rte date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her time as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signers) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.c. he/she/[Iwy— is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible, Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document �cINBER�V'Guc GENERAL ENGINEERING CONTRACTOR Lo. No. 739091 A.B RESOLUTION AUTHORIZING EXECUTION OF ANY CONTRACT BY PRESIDENT GENNADY CHIZHIK At a Meeting of the Board of Directors of GMC Engineering Inc. (hereinafter sometimes called Corporation), a corporation organized and existing by virtue of the laws of the State of California, duty called and held on the 41h of January, 2013, a quorum being present, consisting of the President and Secretary of the Corporation, Gennady Chizhik, the following Resolution was adopted: BE IT RESOLVED by the Board of Directors of this Corporation that its President, Gennady Chizhik, is hereby authorized, empowered, and directed to execute on behalf of this Corporation, and in its name, any contract. BE IT FUR'T'HER RESOLVED, that any prior acts of said officer of the Corporation, in connection with the execution of any contract on behalf of the Corporation, are hereby confirmed and ratified. I, Gennady Chizhik, hereby certify and declare that I am the regularly and duty acting President and Secretary of GMC Engineering, Inc., a Corporation; that the Resolution above set forth was duty and regularly adopted by the Board of Directors of said Corporation at a Special Meeting of said Board of Directors, held at Tustin, California, on the 4"' day of January, 2013; that the whole number of Board of Directors of said Corporation is one; that there were present at said meeting one Director; that all Directors present voted in favor of said Resolution, and that thereupon the Resolution was declared regularly adopted. Corporate Seal Gennady Chizhik President &Secretary of GMC Engineering Inc. Notarization Attached 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247-1040 • Fax (714) 247-1041 Jurat State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 23rd day of October 2013 by Gennadv Chizhik proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature(Notary yyyy�����se....a����l...)++++++++++++..���� "BARBARA A. MYERS Commission # 1960419 :F Notary Public - California _ i ' Orange County My Comm. Expires Jun 1, 2016' OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Res. Auth. Exec. of any Contract (Title or description of attached document) W. Newpor Landscaping Project (Title or description of attached document continued) Number of Pages 1 Document Date NSA Balboa Blvd. Beautification Contract 44tH itionalRfeor` 680`!Lt Beach INSTRUCTIONS FOR COMPLETING TI IIS FORM The wording of all Jurats completed in California afier.January 1, 2008 must be in the form as setforth within this.Jurat. There are no exceptions. [fa Jurat to be completed does not follow, this form. the notary must correct the verbiage by using ajurat stamp containing the correct wording or attaching a separate jurat form such as this one which does contain proper wording In addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document The document must be signed AFTER the oath or affirmation. [f the document was previously signed, it must be re-signed in front of the notary public during the jurat process. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public. • Date of notarization must he the date that the signer(s) personally appeared which must also be the same date the jural process is completed. • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a differentjurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA vl.9.07 800-873-9865 www.NotaryCtasses.com GMC Engineering Inc. 1401 Warner Avenue, Sure B Tustin, CA 92780 City of Newport Beach WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Contract No. 4842 ACKNOWLEDGEMENT OF ADDENDA Bidder's name GMC Engineering, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Si2pFAturq 1 l� t3 17 GMC Engineering Inc. Page: 1 of 2 1401 Warner Avenue, Suite B Tustin, CA 92780 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION CONTRACT NO. 4842 DATE: BY: Public Works Director TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Proposal Documents — all other conditions shall remain the same. A. PROPOSAL 1. Item description to Bid Item Number 3 should read "Surveying Services". Quantity and Unit remains the same. B. PLANS 1. All parking posts and parking meters along the northerly side of Balboa Boulevard between 23rd and 26th Streets will remain protected in place. 2. Revise Sheets 36 of 38 to provide 100A 277/480V 3P 4W Metered Pedestal 'P1' in lieu of specified item on said sheet. Contractor to also provide 1.0 kVA transformer (PRI: 277V — SEC: 120V) inside of pedestal for irrigation controller branch circuit. All conduit and conductors to remain as is. f:\users\pbvAshareftontracts\fy 11-12\c-4842 -west newport landscaping - balboa boulevard beau tifica(in n\addend urn -no. 1.doc GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 32750 Page: 2 of 2 Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. GMC Engineering, Inc. Bidder's Name (Please Print) October 23, 2013 Date 1A Authorized Signature & Title V Gennady Chizhik - President fauserslpbwlsharedlcontractsVy 11.121c-4842 -west newport landscaping - balboa boulevard beautification\addendurn - no.l.doc GIVIIC Engineering Inc. 1401 WarneP Avenue, Suite B Tustin, OA 92780 City of Newport Beach WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Contract No. 4842 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: GMC Engineering, Inc. Business Address: 1401 Warner Avenue, Suite B, Tustin, CA 92780 Telephone and Fax Number: Ph: 714-247-1040 Fax: 714-247-1041 California State Contractor's License No. and Class: 739091 A and B (REQUIRED AT TIME OF AWARD) Original Date Issued: 8/11 /19 9 7 Expiration Date: 8/31/2015 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Gennady Chizhik - President The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Gennady Chizhik Pres./Sec, 1401 Warner Ave. Ste B 714-247-1040 Tustin CA 92780 Corporation organized under the laws of the State of California 0. GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CAS 927$0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: GMC Enpineerina. Inc. For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. No Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /©o 19 GPJC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 Are any claims or actions unresolved or outstanding? Yes /(9 If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Gennady Chizhik (Print name of Owner or President of Corporation/Conlpany) GMC Engineering, Inc. ft/i. �W Bidder Authorized Signature/Titl President Title October 23, 2013 Date On before me, Notary Public, personal appeared PLEASE SEE ATTACHED who proved to me he basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed t e within instrument and acknowledged to me that he/she/they executed the same in h' /h eir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the perso or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws oft tate of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and My Cycnfi ission Expires: 20 (SEAL) CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On Oct. 23, 2013 before me, Barbara A. Myers, Notary Public (Here insert time and title of the officer) personally appeared Chizhik who proved to me on the basis of satisfactory evidence to be the personA whose name(sl is/fie subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/Joey/theCr authorized capacity(io�sl, and that by his/leer/thdr signatureV) on the instrument the person(.), or the entity upon behalf of which the personal acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. BARBARA A. MVERS Commission • 1980419 WITNESS my hand and official seal._ Notary Public • California D z� Orange CountyMy Comm. Expires Jun 1, 2016+ (Notary Seal) Signature of Notary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Info. Required of Bidder — West (Title or description of attached document) Newport Landscaping Project (Title or description of attached document continued) Number of Pages 3 Document Date 10 / 23 / 13 Balboa Blvd. Beautification Contract 44iic#ionaLlr ermwatp0)rt Beach CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) K Corporate Officer President (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2009 Version CAPA v12.10.07 800-873-9865 www.NotaryC]asses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must he properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. /n such instances, any alternative acknaudedgment verbiage as may he printed on such a document so long as the verbiage does not require the notary to do something that is il(ega(fo a notary in California (i.e. certifying the authortced capacity of the signet)_ Please check the document carefu(lyfoproper notarial wording and attach this form f required • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect fortes (i.e. he/she/they- is /are) or circling the correct forms_ Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (re. CEO, CFO, Secretary). • Securely attach this document to the signed document GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 52780 City of Newport Beach WEST NEWPORT LANDSCAPING PROJECT - BALBOA BOULEVARD BEAUTIFICATION Contract No. 4842 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 shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND 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. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance 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. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. 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 VII (or larger) in accordance with the latest edition of Best's Kev Ratino Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 WEST NEWPORT LANDSCAPING PROJECT — BALBOA BOULEVARD BEAUTIFICATION CONTRACT NO. 4842 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 13th day of November, 2013 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City'), and GMC ENGINEERING, INC., a California corporation ("Contractor"), whose address is 1401 Warner Avenue, Suite B, Tustin, CA 92660, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: West Newport Landscaping Project — Balboa Boulevard Beautification. The work necessary for the completion of this contract consists of: 1) distributing construction notices to existing businesses and residents; 2) construction surveying; 3) removing existing sidewalk, curb and gutter, driveways, asphalt and concrete pavement, fencing, walls, on and off-site improvements, landscape material; clearing and grubbing; 4) constructing new asphalt and concrete improvements; 5) installing new irrigation system, landscaping, and 6) architectural features, plant maintenance, and other incidental items of work (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 4842, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Million Two Hundred Forty Seven Thousand Three Hundred Fifty Seven Dollars and 75/100 ($2,247,357.75). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the Work by City. 4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). GMC Engineering, Inc. Page 2 5. WRITTEN NOTICE 5.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 5.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Senior Civil Engineer City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 5.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Gennady Chizhik GMC Engineering, Inc. 1401 Warner Avenue, Suite B Tustin, CA 92660 6. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit A, and incorporated herein by reference. 7. RESPONSIBILITY FOR DAMAGES OR INJURY 7.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 7.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, GMC Engineering, Inc. Page 3 obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 7.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties') from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 7.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 7.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 7.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 7.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 7.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. GMC Engineering, Inc. Page 4 8. CHANGE ORDERS 8.1 This Contract may be amended or modified only by mutual written agreement of the parties. 8.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 8.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 12. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] GMC Engineering, Inc. Page 5 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: IZ-3-13 �W16..�. . a -r '.. AttorneyCity , '� o ATTEST: Date: Ia ' 1a •) 3 By: Leilani I. Brown —City Clerk P0 P, Attachments CITY OF NEWPORT BEACH, a California municipal corporat' n Date: B Y� Keith D. Curry Mayor CONTRACTOR: GMC Engineering, Inc., a California corporation Date: N,Jembo.r a 1., i 3 By: 1A Gennady Chizhik President and Secretary [END OF SIGNATURES] Exhibit A – Insurance Requirements Exhibit B -- Labor and Materials Payment Bond Exhibit C -- Faithful Performance Bond GMC Engineering, Inc. Page 6 Jurat State of California County of O(,iKNGe- Subscribed and sworn to (or affirmed) before me on this dj6k� day of A) ()Veml e,f 20/_ by GeONCX, A�, proved to me on the basis of satisfactory evidence to be the personfgywho appeared before me. Signature (Notary seal) BARBARA A. MYERS Commission # 1980419 !� Notary Public - California z `��' • Z' Orange County My Comm. Expires Jun 1, 2016' i OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurals completed in California after January I, 2008 must be in the farm as set forth within this Jurat There are no exceptions. If a Jurat to be completed does not follow this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jurat form such as this one which does contain proper wording. In DESCRIPTION OF THE ATTACHED DOCUMENT addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The l 1 p w)R> document must be signed AFTER the oath or affirmation. If the document was (Title r description of attache doc ent) previously signed, it must be re-signed in front of the notary public during the jurat process. �a� ��vo�. �jeak}i�tiCCr�ioN (Title or description of attached document continued) • State and County information must be the State and Counry where the document signer(s) personally appeared before the notary public. Number Pages Document Date It f3 • Date of notarization must be the date that the signer(s) personally appeared of which must also be the same date thejurat process is completed. A /� • Print the name(s) of document signer(s) who personally appear at the time of ,{ L AN `PCi- No. 4842 ` /ye'%Op—orI iSe0.G notarization. (Additional information) V • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a differentjurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA v1.9.07 800-873-9865 www.NotafyClasses. corn Premium: Included EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 58708005 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GMC ENGINEERING, INC. hereinafter designated as the "Principal," a contract for the West Newport Landscaping Project — Balboa Boulevard Beautification, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used In, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Two Hundred Forty Seven Thousand Three Hundred Fifty Seven ($2,247,357.75) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 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 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. GMC Engineering, Inc. Page B-1 And Surety, for value received, hereby stipulates and agrees that no change, extension c f time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 21st day of November 12013 . GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 619-682-3512 Telephone ArA� Authorized Signature itle GF=Z5Ch;zh.K ( Pres;rleer} "4x�xe , Fcui onzed A6errf Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GbiC Engineering, Inc. Page B-2 (SEE ATTACHED) ACKNOWLEDGMENT of California y of ) ss. On 20 before me. Notary Public, personalI ppeared who proved tom on the basis of satisfactory evidence to be the pe7acted, ame(s) is/are subscribed to a within instrument and acknowledged to me ty executed the same in his/her eir authorized capacity(ies), and that by his/tures(s) on the instrument the per n(s), or the entity upon behalf of which the d, executed the instrument. I certify under PENALT F PERJURY under the laws of the Statthat the foregoing paragraph is tru nd correct. WITNESS my hand and Signature DGMENT State of California County of On (seal) 20 before me, ary Public, personally appeared who proved to me on the basis satisfactory evidence to be the , rson(s) whose name(s) is/are subscribed to the within i trument and acknowledged to me at he/she/they executed the same in his/herltheir a orized capacity(ies), and that by hislh their signatures(s) on the instrument the/aphh , or the entity upon behalf of which the pe n(s) acted, executed the instrument. I certify under OF PERJURY under the laws of the State of Calif is that the foregoing paraue and correct. WITNESSyhy hand and official seal. Sig GMC Engineering, Inc. (seal) Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know Ail Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duty organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal hucin aaTxed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its me and la Pial Anomey(s)-in-Fact with full power and authority hereby conferred to sign, scat and execute for and on its behalf bonds, underrakingsand otherobligaory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to die same extent as; if Such msnuments wire signed by a lily authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby gine¢, are hereby ratified and confirmed. This Power ofAtto navy is made and executed pursuam A and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness W hereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its eorporate seal to be hereto affixed oa his 1 Bth day of October, 2012. ,ser WESTERN SURETY COMPANY 3n �ail T. Brutlat, Vice President State of South Dakota ss County ofMbmehaha On this I Bib day of Weber, 2012, before me personally cane Paul T, BruOat, to me known, who, being by me duly sworn, did depose and say' that lie resides in the City of Sioux Falls, State cfSouth Dakota that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above insbranent; 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 putnrmn to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like aolbmily, and acknowledges same to be the act and deed of said corporation. My coamiW on expire `s J. a70HR June 23, 2015 J. Mohr, Notary Public CFBTIPTCATE l, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation ?tinted on the reverse hereof is still in force. In testimony whereof f have hereunto subscribed my name and affixed the seal ofthe said corporation this 21st clay of November 2013 WESTERN SURETY COMPANY r�' ryY Form F4260.7-201: L. Nelson, Assistant Secretory CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On November 21, 2013 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. P. zE[s p COMM. #1974059 Z Notary Public - Cahtornla b Orange County o � / /L.Gt1.� My Comm. Expires Apr. 29 6 , 201 Signature (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title ur deterd de"iamenal d-1 (IC Of dcacription of attached document ecmanual) Nurnbcr of Pages Document Date (Addiiumal information) CAPACITY CLAINIED BY THE SIGNER L Individual (s) 'L._ Coqorate l I -I'll L Partne7(s) Ei Anorney-in-Fact C Trustee(s) ❑ Otiter rNSTRUCTIONS FOR COMPLETING THIS FORM Arty ackowlerigment complexed in California mrur cantam 'e &iage eracdv at appaars atow in ahe wta" section or a sepsis a acFna++hdgmeal Jwar must be properly completed and armched rn that fiocnrnrent. The an)t' ereepaw is rf a dM11menl is to he recorded a+rrsfde of Culrfornia- In sarlr hrdranCes, am alternwhe acbrowledgmenr tarhrage as may be printed on inch a docamemr so long as file ierhlage does not ONFore rhe nomas' to do sameshfng Phar ar iftegaf fw- a ncnnn• in ('nliforrna fd.e certrfpvag the amilm•i:ed capacity of the simeer). Please check the domme+u civ ehdfvfor piopermianal ivadmg and mach this form ifrequ red. • State and County information irmit be the Slate and Conroy where the dncumenl sigm tosl personally apl3E l Before the notary puhitc Frn ackanwtedememt. • Dale of acasatzat+nn must he the bate dint the signer(s) persana)ly appeared which most alsn he the same dare 11w aelmox)rdoment is enmpteted. • ]-he notary public must print hit' or her name as it appears within his or her .—rnisii" fniknvcd by a enioma and whom your nnle(eupary public) • print the names) of&reunient sagnerfs) who Peamtar[y appear at the time of merit Ration • Indicate tFn, enure() sand int or Plural Corms by c"sing off iaconmi f jus Ise ho;3hottwyr- rs !ac i or crrchng da wrrvvi Bmita. Failure:n carrectt_y itniicale his m rornention inay lead to reject inn Of dtau me,( ercerdine • the notary scai iropression must he elear and photugraplaically reprodmcihle hnprnskn mast mol cu•et text of lmua. if send impression smudges, ip-seal if a suffic ieni area PCMUlai, otherw'iae Complete m dtfferenl acknnw[edglllemr loanii, • Signature of the ntnary public al"t match the signature on fide with the niro a od the co inly cwrk. '? Addemortal rnCarrnatton is ma reryamd but cuuld help to ensure itim aclatowledgran nt is not tlWamidd or attached to a drtfercni dncamcm. '7 tndirnie bila or type ad attached document, mentrerof pages and date. °s Indicate the Wpucay claimed by fie signer IF the Claimed (opacity is a corporate of axe, indicate the tole(i.e. CEO. CFp, Scctctary). • Sceure8y anaeh Ihis dccurreent an 4he signed d(x.uinent CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of 0Pr�tJpL On Noy a2y gO13 before me, !3 rhara (tMy Pr - No+ory Pu61i , (Her insert name and ,Q of the officer) personally appeared G Cm to 2, j C rli L k1' K who proved to me on the basis of satisfactory evidence to be the person(.8) whose nameO is/armsubscribed to the within instrument and acknowledged to me that he/�tkey executed the same in his/Ler/tlreir authorized capacity(ies), and that by histlieetlk—ir signature(s) on the instrument the personal, or the entity upon behalf of which the person( -87 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. BARBARA A. MYERS Commissio R # 1980419 9` z Notary Public - California z WITNESS my hand and official seal. orange County My Comm. Expires Jun 1.2018 Signature of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACI[ED DOCUMENT Lv6ot• o-r3a Nd (Tide or description of attached do ument) l,iesi' Ncwoo�'}" 4C1n1�$C.0.0itUQ Pr le � (Title or escription of attached do6ume cortin d) Number of Pages a Document Date 11 ! 3 N .JAQ(+Qerack (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ;P5 Corporate Officer Presi of enl"t (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10 07 800.873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such Instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e, certifying the authort_ed capacity of the signer). Please check the document carefudly far proper notarial wording and attach this farm if required • State and County information must be the State and County where the document sumer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the sumer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document sumer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. #re/shei*ey- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document EXHIBIT C CITY OF NEWPORT BEACH BOND NO. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 1 st $500,000 @ 1.08% = $5400 rate of $ 2nd $1,747,357.75 @ 0.672 = $11,742 17,142.00 Bond No. 58708005 Premium: $17,142.00 being at the thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC ENGINEERING, INC. hereinafter designated as the "Principal," a contract for West Newport Landscaping Project — Balboa Boulevard Beautification, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Two Hundred Forty Seven Thousand Three Hundred Fifty Seven ($2,247,357.75) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attomeys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. GMC Engineering, Inc. Page C-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 21st day of November ,2613 . GMC Engineering, Inc. 94 Name of Contractor (Principal) Authorized Signatu (Title Ge.NN y C1 ;Zhu K / Presi de\.)r Western Surety Company Name of Surety 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 619-682-3512 Telephone AKu ori ed Agent Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GMC Engineering, Inc. Page C-2 (SEE ATTACHED) of California v of On ACKNOWLEDGMENT ss. 20 before me, Notary Public, personally ppeared who proved to me on the basis of satisfactory evidence to be the person(s) whose ame(s) is/are subscribed to a within instrument and acknowledged to me that /helshe/thexecuted the same in his/her/ eir authorized capacity(ies), and that by his/herlures(s) on the instrument the pe n(s), or the entity upon behalf of which the pers, executed the instrument. I certify under PENALTY F PERJURY underthe laws of the State o aorna hat the foregoing paragraph is true nd correct. WITNESS my hand and Signature Z (seal) ACKNO DGMENT State of California County of , s. On 20before me, tary Public, personally appeared who proved to me on the basis satisfactory evidence to be the p on(s) whose name(s) islare subscribed to the within i strument and acknowledged tc me th he/she/they executed the same in his/herltheir a orized c, acity(ies), and that by his/her eir signatures(s) on the instrument the perso ), or the entity upon behalf of which the perso (s) acted, executed the instrument. I certify regoiunder P rapALTY OF PERJURY under the laws of the State of Califo 'a that the fong par, h is true and correct. WITNES my hand and official seal. Signature (seal) GMC Engineering, Inc. Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY4N-FACT ICaow All Mtn By These Presents, Ihat WESTERN SURFTY COMPANY, ISouth Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South. Dakota, and that it does by virtue of the signature and seal herein axed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its uric and lawful Auomcy(s)-in,Fact with full power and authority hereby conferred to sign, seal and execute for and ort its behalf bonds, undertakings and other obligatory instrurnents of seal tar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same exiem as if such rnstmnients west signed by a duly authorind offma of the corporalicn and all the aces of said Atiemey, pursuant to the authority hereby given, arc hereby ratified and confirmed. This Power of Attorney is made and exeouted pursuant to and by authority of the By-law printed on the reverse hereof, duty adopted, as indicated, by the shareholders of the corporation. In Winsm Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vim President and its corporate seal to be hereto affixed on his 1 gth day of Opaber, 201]. � ar WESTERN SURETY COMPANYeooe/ � 8¢It'JaY 01' aul T Bru]4 Viet President State of South Dakota ss County of Mmnehaha On this 18M day of Weber, 2012, before me personalty came Paul T. Bruflat to me ]mown, who, being by me duly swam, did depose and say, Chat he resides in the City of Sioux Falls, State efSouth Dakota; that he is the Vice President of WESTERN SURETY COMPANY 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 affised p rrsumn to authority given by the Board of Directors of said oorpmalion and that he signed his name thereto pursuant to like authority, and acknowledges same to be due act and dxd of said corporation. My commission expiry { d.M ER June 23,2015 �.r.v.a J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is sti31 in force. In testimony whereof i have hereunm subscribed my name and affixed thescal oflhe said corporation this 21st day of November 2013 WESTERN SURETY COMPANY Form F42A0.7-2017. L. Nelson, Assistam Secretary CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange OnTlovember 21, 7013 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. 2EIS COMM. #1974059 z tb - Notary Pubfic - California 0 Z 3., Orange County O MIX Comm. Expires Apr. 29, 2016 (Notary Seal) ADDITIONAL OPTtONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT � ---�._- Title m descriplu+n nfmmnhed dnurnwitl_--- i I isle or description of attached docmnent conttnuett) Number of Pages __ Document Date_. r Addiluma inf4+tl[1at16n) ---W L CAPACITY CFARVIED BY THE SIGNER L Individual (s) E Cotporwe Otrkcr 1Thfe, U Parties(s) l Artomey-in-Fact Trustec(s) 11 Other INSTRUCTIONS FOR COMPLETING THIS FORM ,Inv acRnrm•fe'dgmenr cmnplewj in Col forniu mwl eon/a. rerfpage erart4 ar 'VkKars atvl+r' in nhe rwiar seerron ar s teparale a ninewlcdgmenr fam mast Ga propene cvmpfeled mrd armched rn drgf dartmienf. The only arrefniw i -t if g docunrerl ii io 3c iY<a: dcM nittl'!de of Cnfgin"rn_ in such inuanFrl, ape a,'fBrpali rF acknow•fedgncenr tyrnrnge as mqv be printed on :a rh n dxnmena so lows.+ as fhe �erNage does wv require toe nafaiy to do sowerl ing Oar a iltegaf +or a noean• in Crrfri+mea (i.r ceriifav'ng the awkarr_nf cappelfv of alt srgner)- Please cheek he darumenl cw'ehrlPv in, proper Jwcarial nvn•drng acrd winch chis (orm if -egriu•ed. • Stute and Cnetry infonnstuan must be the Slant and Court where ff c docmneai s[gner(sl persYonally antaesred before the notary palihc F.rr acknnu•le went. • Calc of eocsnraeenn must he the t?&c that the vilacr(s) pertnutsny appeared which crouse slsn he the came dace the 1c.l nnwledgntmt is coaipleled. • 31z notary public must print his or Iter nate as it appeam within his or her caermi3si+rn follo.ei by a enmina and then your iirle Yru+tury pvihlic) • mat the nwne(s) of dncu mens s;gmers) who par-oally appeor at the tion; of noiarizatic n • Indicate On: correct stgui r w plural Evans by cneisfn)t oil iri.,,eei fo.nm {e.e. hmslidtteoy+- i, iti a t or circling die Laa[cl f mos. Failure lo cor r tiv a dram( rites infurmution inay lead [o rejection of docutricnt rteurdine- • flic notary seal impressioa Inuit he clear and phutwaphically rcprc+ducihle Itpresslun imtse nim coyer Lent t+I lines. if scat impresHmn stnudees, re -scarf If a iu(ficict area permits, otherwise complete a di4femni acuri w[edgtaala frau. • Signacurc of the Wary puhlic must match the signature am file with the of 5me of [he wal y (beck. 0 ,Adainicrnial information is tem rcgorled but cuuid help to estsurr [has aciio iedgrr+eat is not mistiied or attached to a dr[ferent dneuiiicnt. •7 Indicate title or type 61inaehod document, nwnherof,nes and date. er indicate the capacity claimed by the signer If the claimed capacity is a corporate off icer, indicate the trite { i e. CEO, CFO, Svcrti ry). • Secu,,4y attach this document k) the signed d+4.urrrmi CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of o co.,N4 e On Ngy. a a I a 013 before me, personally appeared (Here inkert name and title of who proved to me on the basis of satisfactory evidence to be the persons) whose name(g) is/ad6'subscribed to the within instrument and acknowledged to me that he/shg/they executed the same in his/hedtheir authorized capacity(aos), and that by his/ber/t}yoir signature(e) on the instrument the person(a)s or the entity upon behalf of which the person(s)-acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. r Signature of Notary Public ] B BA MiSS10 A. MYERS 19804 i Cammiaslan k 1960419 z Notary Public - California = z Orange County My Comm. Expires Jun 1, 2016' (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT FA+h� I I DCc'TO( rn" Ce- 6o"d (Title or description of attached document) y, Wes+ Neu poet �a NOSG20iNn �F01eul (Title or d criplian of attached doe men Ambo d) Number of Pages 2, Document Date ///,21/13 Ne,aPt r, i 6mc l �— (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer PCec.i n)GA.4 (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment farm must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i e. certifying the authorized capacrty of the signer). Please check the document carejdly for proper notarial wading and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name m it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e, he/she/they- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (re, CEO, CFO, Secretary). • Securely attach this document to the signed document Cliarl 1265637 305GMCENG ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE 1111118/2013QmIYYYYI 1/18 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER BB&T Insurance Services of Orange County 680 Langsdorf Drive Suite 100 Fullerton, CA 92831INSURER CONTACT Vanessa Maldonado NAME: PHONE 714 578-7256 A 677-297-1116 AIC, No, Bell: AIC, No ADDRESS: vmaidonado@bbandt.com INSURER(S) AFFORDING COVERAGE NAIC # A AmeGreat rican Assurance Cc 26344 INSURED GMC Engineering Inc. INSURERS: Nationwide Mutual Insurance CO 23787 INSURERC: Scottsdale Insurance Company 41297 1401 Warner Avenue #B INSURER D: P State Com Ins. Fund of CA 35076 Tustin, CA 92780-6457 INSURER E: Travelers Property Casualty Co 25674 INSURER F: BY PAID CLAIMS. COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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. LIMITS SHOWN MAY HAVE BEEN SUBR Me POLICY NUMBER REDUCED BY PAID CLAIMS. INSR LTR ADDL TYPE OF INSURANCE INSR POLICY EFF (MMIDDIYYYY) POLICY EXP MM/DD)YYYY LIMITS A GENERAL LIABILITY GLP4647990 6125/201306/25/2014 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY REM3ETO RENTED c. $ 50,000 CLAIMS -MADE DIJOCCUR _DAMAGE MED EXP (Anyone person) $Excluded X BI/PD Ded: $5,000 PERSONAL B ADV INJURY $1,060,000 GENERAL AGGREGATE $2,000,000 DEVIL AGGREGATE LIMIT APPLIES PER'. PRODUCTS - COMPIOP AGG $2,000,000 $ POLICY X PROJEGT LOC B AUTOMOBILE LIABILITY ACPBA7815631474 6/25/2013 06125/201 COMBINED SINGLE LIMIT IEp_eccident 51,000,000 BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY(Par.cc,dant) $ ALL OWNEDSCHEDULED AUTOS AUTOS X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE $ Peraccident $ C UMBRELLA LIAB X OCCUR XLS0088994 0612512013 06125/2014 EACH OCCURRENCE 010001000 AGGREGATE s3,000,000 X EXCESS BAB C_L41MS-MADE S DED T XRETENTION $0 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICERIMEMBER EXCLUDED? (Mandatory in NH) NIA 907364213 10/01/2013 10/01/201 X WCSTATU- 0TH - T Y LI - E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 EL. DISEASE -POLICY LIMIT $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E Rented/Leased QT6606069C455TIL13 6/25/2013 06/25/2014 $150,000 Max Per Item Equipment Ded: $1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) RE: West Newport Landscaping Project Balboa Boulevard Beautification. City of Newport, its elected or appointed officers, agents, officials, employees and volunteers and Shark Island Yacht Club dba Newport Beach Yacht Club are named as additional insured as respects general and auto liability, this insurance is primary and noncontributory with any other insurance of the additional insured; and waiver of subrogation applies as respects general liability, auto liability and workers (See Attached Descriptions) Cit of New ort Beach SHOULD ANY OF E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y P THE EXPIRATIO DAXf TTi RE F, NOTICE WILL BE DELIVERED IN 100 Civic Center Drive ACCORDANCE THE Pn =NS. Newport Beach, CA 92660 n 1QRR-2M ACORO CORPORATION_ hit rights reserved ACORD 25 (2010105) 1 of 2 The ACORD name and logo are registered marks of ACORD #S11374209/M11159409 VLMAL DESCRIPTIONS (Continued from Page 1) compensation as required by written contract, per endorsements attached. Should any policy be cancelled before the expiration date, BB&T Insurance Services will mail 30 (thirty) days written notice to the certificate holders which require such action per written contract or agreement, except 10 days notice of cancellation for non-payment of premium. SAGITTA 25.3 (2010105) 2 of 2 #5113742091M11159409 ORIGINAL POLICY Policy No. GLP4647990 CG 20 37 (Ed. 07 04) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Additional Insured Person(s) or Organization(s): Any person or organization that "you" and such person or organization have agreed in writing in a contract that such person or organization be added as an addi- tional insured on "your" policy, but only for "your work" performed during this policy period. Schedule Location and Description of Completed Operations: "Your work" performed during this policy period. Additional Premium: Included Information required to complete this Schedule, if not shown above, will be shown in the Declarations. SECTION II - WHO IS AN INSURED is amended to include as an Additional Insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that Additional Insured and included in the "products -completed operations hazard" Copyright, ISO Properties, Inc., 2004 CG 20 37 (Ed. 07/04) PRO (Page 1 of 1) Policy No. GLP4647990 COMMERCIAL GENERAL LIABILITY CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any person or or- ganization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an addi- tional insured on your policy. Such person or or- ganization is an additional insured only with re- spect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are com- pleted. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury' arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying ser- vices, including: a. The preparing, approving, or failing to pre- pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury' or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to .be per- formed by or on behalf of the additional in- sured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as a part of the same project. CG 20 33 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 11 Policy No. GLP4647990 GAC 3649 CG (Ed. 11/06) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY NON-CONTRIBUTORY INSURANCE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM This insurance is primary to any other insurance held by third parties with respect to work performed by you under written contractual agreements with such third parties and any other insurance which may be available to such third parties shall be non-contributory. GAC 3649 CG (Ed. 11/06) Page 1 of 1 ❑ Policy No. GLP4647990 CG 24 04 (Ed 05 09) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/ COMPLETED OPERATIONS LIABILITY COVERAGE PART Schedule Name of Person or Organization: 'Any person or organization for whom or on whose behalf "you" are performing operations when "you" and such person or organization have agreed in writing in a contract or agreement to waive any right of recovery "we" may have against such person or organization. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to paragraph S. Transfer of Rights of Recovery Against Others to Us of SECTION IV - CONDITIONS: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work' done under a contract with that person or organization and included in the "products -completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. Copyright, ISO Properties, Inc- 2008 CG 24 04 (Ed. 05/09) PRO (Page 1 of 1) Policy No. ACP7815631474 COMMERCIAL AUTO AC 01 02 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM A. CHANGES FOR TRAILERS AND FARM EQUIPMENT 1. Under the COVERED AUTOS SECTION, the following are added to Paragraph C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos: 4. "Trailers" designed to be towed by a pri- vate passenger type "auto" or a pickup, panel truck or van if not used for busi- ness purposes, other than farming or ranching. 5. Farm wagons or farm implements while being towed by a covered "auto". B. CHANGES FOR ADDITIONAL NEWLY ACQUIRED VEHICLES 2. Paragraph B2 of the COVERED AUTOS SECTION is replaced by the following: 2. If Symbol(s) 7 or 67 is entered next to coverage in Item Two of the Declara- tions, an "auto" you acquire will be a covered "auto" for that coverage only if: a. We already cover at least one "auto" you own for that coverage or it rep- laces an "auto" you previously owned that had that coverage; and b. You tell us within 30 days after you acquire it that you want us to cover it for that coverage. The most we will pay for Physical Damage Coverage for "loss" under this Coverage Ex- tension is $100,000 per "auto', subject to the largest deductible applicable to any "au- to" for that Coverage. C. BLANKET ADDITIONAL INSURED Any person or organization which you have agreed to name as an additional insured in a written contract, executed prior to an acci- dent, other than a contract for the lease or rental of a vehicle is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" un- der the Who Is An Insured Provision con- tained in the LIABILITY COVERAGE SECTION of the Coverage Form D. REPLACED EXCLUSIONS The Expected or Intended Injury Exclusion in the LIABILITY COVERAGE SECTION is replaced by the following: Expected or Intended Injury "Bodily injury" or "property damage" which is expected or intended by the "insured This exclusion applies even if the resulting "bodi- ly injury' or "property damage": a. is of a different kind, quality or degree than initially expected or intended; or b. is sustained by a different person, entity, real property, or personal property than that initially expected or intended. E. ADDITIONAL EXCLUSIONS The following exclusions are added to the LIABILITY COVERAGE SECTION: Damage to Named Insured's Property Any claim or "suit" for "property damage" by you or on your behalf against any other per- son or entity that is also a Named Insured under this policy. Abuse or Molestation "Bodily injury" or "property damage" arising out of: a. The actual or threatened abuse or molestation by anyone or any person while in the care, custody or control of any "insured", or b. The negligent: 1) Employment; AC 01 02 03 10 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 4 with its permission. AC 0102 03 10 2) Investigation; 3) Supervision; 4) Reporting to the proper authorities, or failure to so report; or 5) Retention; of a person for whom any "insured" is or ever was legally responsible and whose conduct would be excluded by Para- graph a. above. Abuse means an act which is committed with the intent to cause harm. Explosives "Bodily injury" or "property damage" caused by the explosion of explosives you make, sell or transport. Rolling Stores If a covered "auto" is a rolling store, "bodily injury" or "property damage" resulting from the handling, use or condition of any item the "insured" makes, sells or distributes if the injury or damage occurs after the "in- sured" has given up possession of the item. Wrong Delivery of Liquid Products "Bodily injury" or "property damage" result- ing from the delivery of any liquid into the wrong receptacle or to the wrong address, or from the delivery of one liquid for another, if the "bodily injury" or "property damage" occurs after the delivery has been com- pleted. Delivery is considered completed even if fur- ther service or maintenance work, or correc- tion, repair or replacement is required be- cause of wrong delivery. Professional Services "Bodily injury": a. Resulting from the providing or the fail- ure to provide any medical or other pro- fessional services. b. Resulting from food or drink furnished with these services. "Bodily injury" or "property damage" result- ing from the handling of corpses. F. MOTOR HOME CONTENTS COVERAGE 1. For a covered "auto" that is a motor home the following exclusions are added to the PHYSICAL DAMAGE COVERAGE SECTION: Motor Home Contents This insurance does not apply to: a. "Loss" to the covered "auto's" contents, except equipment usual to trucks or pri- vate passenger "autos". b. "Loss" to TV antennas, awnings or ca- banas. c. "Loss" to equipment designed to create added living facilities. However, these exclusions do not apply if Miscellaneous Personal Property Coverage is provided by endorsement to this policy. G. ACCIDENTAL AIRBAG DISCHARGE COVERAGE Under Paragraph B.3.a. of the PHYSICAL DAMAGE SECTION, the following is added: Mechanical breakdown does not include the ac- cidental discharge of an airbag. H. PHYSICAL DAMAGE LIMIT OF INSURANCE Under PHYSICAL DAMAGE COVERAGE SECTION, Paragraph C., Limit of Insurance is replaced by the following: C. Limit Of Insurance 1. The most we will pay for "loss" in any one "accident" is the lesser of: a. The actual cash value of the damaged or stolen property as of the time of the "loss", or b. The cost of repairing or replacing the damaged or stolen property. 2. $1,000 is the most we will pay for "loss" in any one "accident" to all electronic equip- ment that reproduces, receives or transmits audio, visual or data signals which, at the time of "loss", is: a. Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the instal- lation of such equipment. b. Removable from a permanently installed housing unit as described in Paragraph 2.a. above or is an integral part of that equipment; or c. An integral part of such equipment. 3. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc., AC 01 02 03 10 with its permission. 4. The cost of repairing or replacing may: a. Be based on an estimate which includes parts furnished by the original equip- K. ment manufacturer or other sources in- cluding non -original equipment manu- facturers and b. Include a deduction for betterment for a part or parts that are normally subject to repair or replacement during the useful life of the "auto", such as, but not limited to tires and batteries. Betterment means the difference be- tween the actual cash value of a part immediately before the "loss" and the cost to replace that part with a new part. 5. If we offer to pay the actual cash value of the damaged or stolen property, we will val- ue auto advertising wraps, paint customiza- tion, and similar business related advertising modifications, in addition to the actual cash value of the property. Auto advertising wraps, paint customization, and similar business related advertising modifications will be valued at the cost to replace them with an adjustment made for depreciation and physical condition. I. GLASS REPAIR—WAIVER OF DEDUCTIBLE Under Paragraph D. Deductible of the PHYSICAL DAMAGE COVERAGE SECTION, the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. J. AMENDED DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS The requirement in Loss Condition 2.a. Duties In the Event Of Accident, Claim, Suit Or Loss — of the BUSINESS AUTO CONDITIONS SECTION and the MOTOR CARRIER CONDITIONS SECTION that you must notify us of an "acci- dent", "claim", "suit", or "loss" applies only when the "accident", "claim", "suit", or "loss" is known to : 1. You, if you are an individual 2. A partner, if you are a partnership; 3. An executive officer or the employee desig- nated by you to give such notice if you are a corporation; or AC 0102 03 10 4. A member, if you are a limited liability com- pany. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS The BUSINESS AUTO CONDITIONS SECTION and MOTOR CARRIER CONDITIONS SECTION— B.2. are amended by the addition of the following: If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect addi- tional premium or exercise our right of cancella- tion or nonrenewal. AUTOS HIRED OR RENTED BY EMPLOYEES If hired or rented "autos" are covered "autos" on this policy, the following provisions apply: A. Changes In Liability Coverage The following is added to the Who Is An In- sured Provision in the LIABILITY COVERAGE SECTION: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. B. Changes In General Conditions Paragraph 5.b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph 5.f.of the Other Insur- ance Condition in the Motor Carrier Cover- age Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "au- tos" you own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties re- lated to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". AC 01 02 03 10 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 4 with its permission. AC 0102 03 10 M. EMERGENCY LOCKOUT — PRIVATE PASSENGER VEHICLES We will reimburse you up to $50 for reasonable expense incurred for the services of a locksmith to gain entry into your covered "auto" of the pri- vate passenger type subject to these provisions: 1. Your door key or key entry pad has been lost, stolen or locked in your covered "auto" and you are unable to enter such "auto' , or 2. Your key or key entry pad has been lost or stolen and you have changed the lock to prevent an unauthorized entry; and 3. Original copies of receipts for services of a locksmith must be provided before reim- burse ment is payable. N. LIBERALIZATION Paragraph 3, of the General Conditions is re- placed by the following: If we adopt any revision that would broaden the coverage under this policy without additional premium within 60 days prior to or during the policy period, the broadened coverage will im- mediately apply to this policy. All terms and conditions of this policy apply unless modified by this endorsement. Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc., AC 01 02 03 10 with its permission. Policy No. ACP7815631474 COMMERCIAL AUTO AC0101A0310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ADVANTAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM A. NEWLY ACQUIRED OR FORMED ENTITIES The Named Insured shown in the Declarations is amended to include any organization you newly acquire or form, other than a partnership, joint venture, or limited liability company, and over which you maintain ownership or majority (more than 50%) interest; if there is no other similar insurance available to that organization. Coverage under this provision is afforded until the 180" day after you acquire or form the or- ganization or the end of the policy period, whi- chever is later. B. TEMPORARY SUBSTITUTE AUTOS — PHYSICAL DAMAGE COVERAGE The following is added to paragraph C. Certain Trailers, Mobile Equipment And Temporary Substitute Autos of the — COVERED AUTOS SECTION: If Physical Damage Coverage is provided by this Coverage Form, the following types of vehicles are also covered "autos" for Physi- cal Damage Coverage: Any "auto" you do not own while used with the permission of its owner as a temporary substitute for a covered "auto" you own that is out of service because of its: a. Breakdown; b. Repair; c. Servicing; d. "Loss"; or e. Destruction The coverage that applies is the same as the coverage provided for the vehicle being replaced. C. EMPLOYEES AS INSUREDS — NONOWNED AUTOS The following is added to paragraph A.1. Who Is An Insured of the LIABILITY COVERAGE SECTION: d. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. SUPPLEMENTARY PAYMENTS — BAIL BONDS Paragraph A.2.a. (2) of the LIABILITY COVERAGE SECTION is revised as follows: (2) Up to $2,500 for cost of bail bonds (in- cluding bonds for related traffic law vi- olations) required because of an "acci- dent" we cover. We do not have to furnish these bonds. E. SUPPLEMENTARY PAYMENTS — LOSS OF EARNINGS Paragraph A.2.a.(4) of the LIABILITY COVERAGE SECTION is revised as follows: (4) All reasonable expenses incurred by the "in- sured" at our request, including actual loss of earnings up to $500 a day because of time off from work. F. FELLOW EMPLOYEE — OFFICERS, MANAGERS, AND SUPERVISORS Paragraph B.5.A. Fellow Employee in the LIABILITY COVERAGE SECTION is replaced as follows; A. "Bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the con- duct of your business. This exclusion does not apply to an "insured" who occupies a position as an officer, manager, or supervi- sor. G. PERSONAL EFFECTS AND PROPERTY OF OTHERS EXTENSION 1. Paragraph B.6. Care, Custody or Control of the LIABILITY COVERAGE SECTION, does not apply to "property damage" to property, other than your property, up to an amount AC 01 01A 03 10 Includes copyrighted material of Insurance Services Office, Inc. Page 1 of 3 with its permission AC 01 01A 03 10 not exceeding $250 in any one "accident". Coverage is excess over any other valid and collectible insurance. 2. The following paragraph is added to A.4. Coverage Extensions of the — PHYSICAL DAMAGE COVERAGE SECTION: c. We will pay up to $500 for your property that is lost or damaged as a result of a covered "loss", without applying a de- ductible. Coverage is excess over any other valid and collectible insurance. H. HIRED AUTO PHYSICAL DAMAGE If covered "auto" designation symbols 1,8,61 or 68 apply to Liability Coverage and if at least one "auto" you own is covered by this policy for Comprehensive, Specified Causes of Loss, or Collision coverages, then the Physical Damage coverages provided are extended to "autos" you lease, hire, rent or borrow without a driver; and provisions in the Business Auto Coverage Form applicable to Hired Auto Physical Damage ap- ply. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. Any Comprehensive deductible does not apply to fire or lightning. EXPANDED TOWING COVERAGE We will pay up to: 1. $100 for a covered "auto" you own of the private passenger type, or 2. $250 for a covered "auto" you own that is not of the private passenger type, for towing and labor costs incurred each time the covered "auto" is disabled. However, the la- bor must be performed at the place of disable- ment. This coverage applies only for an "auto" covered on this policy for Comprehensive or Specified Causes of Loss Coverage and Collision Cove- rages. J. AUTO LOAN OR LEASE COVERAGE 1. In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the loan or lease, including up to a max- imum of $500 for early termination fees or penalties, for your covered "auto" less: a. The amount paid under the - PHYSICAL DAMAGE COVERAGE SECTION of this policy; and 2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage, 3) Security deposits not refunded by a lessor, 4) Costs of extended warranties, Cre- dit Life insurance, Health, Accident, or Disability insurance purchased with the lease, and 5) Carry-over balances from previous leases. 2. This coverage only applies to a "loss" which is also covered under this policy for Com- prehensive, Specified Causes of Loss, or Collision coverage. 3. Coverage does not apply to any unpaid amount due on a loan for which the covered "auto" is not the sole collateral. K. RENTAL REIMBURSEMENT COVERAGE 1. This coverage applies only to a covered "au- to" for which Physical Damage Coverage is provided on this policy. 2. We will pay for rental reimbursement ex- penses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto." No deductibles apply to this coverage. 3. We will pay only for those expenses in- curred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: a. The number of days reasonably re- quired to repair or replace the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you. b. The number of days shown in the Sche- dule. 4. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses in- curred. 2. $75 for any one day or for a maximum of 30 days. b. Any: 5. This coverage does not apply while there 1) Overdue lease/loan payments at the are spare or reserve "autos" available to you time of the "loss"; for your operations. Page 2 of 3 Includes copyrighted material of Insurance Services Office, Inc AC 01 01A 03 10 with its permission. 6. If "loss" results from the total theft of a cov- ered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement ex- penses which is not already provided for under the PHYSICAL DAMAGE COVERAGE Coverage Extension. 7. Coverage does not apply to any covered '.auto' for which coverage is provided by en- dorsement form CA9923 on this policy. L. EXPANDED TRANSPORTATION EXPENSE Paragraph A.4.a. of the PHYSICAL DAMAGE COVERAGE SECTION is replaced by the fol- lowing: We will pay up to $50 per day to a maximum of $1000 for temporary transportation expense in- curred by you because of the total theft of a covered "auto" of the private passenger type. We will only pay for those covered "autos" for which you carry Comprehensive or Specified Causes of Loss Coverage. We will pay for tem- porary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to us or we pay for its "loss". M. EXTRA EXPENSE — STOLEN AUTOS The following paragraph is added to Section A.A. of the — PHYSICAL DAMAGE COVERAGE SECTION: c. We will pay for up to $5,000 for the expense of returning a stolen covered "auto' to you. We will pay only for those covered "autos' for which you carry Comprehensive or Spe- cified Causes of Loss Coverage AC 01 01A 03 10 5. The provisions of paragraphs Land 3. do not apply to a covered "auto" of the private passenger type or a vehicle with a gross ve- hicle weight of 20,000 pounds or less which is a new vehicle. In the event of a total "loss" to your new ve- hicle to which this coverage applies, we will pay at your option: a. The verifiable new vehicle purchase price you paid for your damaged ve- hicle, not including any insurance or warranties purchased; b. If it is available, the purchase price, as negotiated by us, of a new vehicle of the same make, model, and equipment or the most similar model available, not in- cluding any furnishings, parts, or equip- ment not installed by the manufacturer or manufacturers' dealership; or. c. The market value of your damaged ve- hicle, not including any furnishings, parts, or equipment not installed by the manufacturer or manufacturer's dealer- ship. We will not pay for initiation or set up costs associated with loans or leases In this endorsement, a new vehicle means an "auto" of which you are the original owner that has not been previously titled and which you purchased less than 365 days before the date of the "loss". O. BLANKET WAIVER OF SUBROGATION The following is added to paragraph 5. Transfer Of Rights Of Recovery Against Others To Us of — BUSINESS AUTO and MOTOR CARRIER CONDITIONS SECTIONS: N. NEW VEHICLE REPLACEMENT COST We waive any right of recovery we may have The following is added to paragraph C.Limit of against any person or organization to the extent Insurance of the PHYSICAL DAMAGE required of you by a written contract executed COVERAGE SECTION: prior to any "accident" because of payments we make for damages under this coverage form. All terms and conditions of this policy apply unless modified by this endorsement AC 01 01A 03 10 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 3 with its permission ENDORSEMENT AGREEMENT WAIVER OF SUBROGATION BLANKET BASIS HOME OFFICE SAN FRANCISCO EFFECTIVE OCTOBER 1 2013 AT 12.01 A.M. ALL EFFECTIVE DATES ARID EXPIRING OCTOBER 1 2014 AT 12.01 A.M. AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME GMC Engineering Inc 1401 Warner Ave #B Tustin, CA 92780 907364213 SP 2-82-29-62 PAGE 1 OF WE HAVE THE RIGHT TO RECOVER OUR PAYMENTS FROM ANYONE LIABLE FOR AN INJURY COVERED BY THIS POLICY. WE WILL NOT ENFORCE OUR RIGHT AGAINST THE PERSON OR ORGANIZATION NAMED IN THE SCHEDULE. THIS AGREEMENT APPLIES ONLY TO THE EXTENT THAT YOU PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. SCHEDULE PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER JOB_DESCRIPTICN BLANKET WAIVER OF SUBROGATION NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: OCTOBER 1, 2013 AUTHORIZED REPRESENTA iVE PRESIDENT AND CEC SCIF FORM 10217 IREV.1,201Z 1 2572 OLD DP 217 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 11/26/13 Date Completed: 11/26/13 Dept./Contact Received From: Sent to: Company/Person required to have certificate: Type of contract: By: Chris GMC Engineering, Inc. All Others I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 6/25/13 to 6/25/14 A. INSURANCE COMPANY: Great American Assurance Co B. AM BEST RATING (A-: VII or greater): A: XIII C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1,000,000/$2,000,000 E. ADDITIONAL INSURED ENDORSEMENT—please attach N Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) N Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? N Yes ❑ No 1. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? N Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes N No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): N NIA ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No Il. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 6/25/13 to 6/25/14 A. INSURANCE COMPANY: Nationwide Mutual Insurance Co B. AM BEST RATING (A-: VII or greater) A+: XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS- If Employees (Must be $11M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): N N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes N No H. NOTICE OF CANCELLATION: ❑ N/A N Yes 7 No 111. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 10/1/13 to 10/1114 A. INSURANCE COMPANY: State Fund B. AM BEST RATING (A-: VII or greater): NR C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: i Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 11/26/13 Date ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management * Subject to the terms of the contract. Date GIVIC Engineering Inc. 1401 Warner Avenue, Suite 6 Tustin, CA 92780 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL WEST NEWPORT LANDSCAPING PROJECT BALBOA BOULEVARD BEAUTIFICATION CONTRACT NO. 4842 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 4842 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization and Demobilization @Gine,)nLAn e.A+ws;�Dollars 'n4hded and CA _Cents $ \W CIO Lump S m Lump Sum Traffic Control @ tS LES�n Dollars fi hkn and Cents $ CA�5ou,o0 Lump Sum 3. Lump Sum Surveying Services @eClis Dollars FG Cents $ \ CZp.oa Lump S m Per Addendum No. 1 GPAC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 PR2of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Clear and Grub @(ke h rcrled luen� ix� !Dollars and _ Cents $ j2ca S2S. ejo Lump Su 5. 435 CY Unclassified Excavation — Roadway Pavement Medians @ W _Dollars and Cents $ 30. Co $ \3 C35p. gD Cubic Yard 6. 45 CY Unclassified Excavation — Roadway Pavement Bulb -outs @_(�Alle.Snun4eA Dollars and _ Cents $ Cubic Yard 7. 245 CY Unclassified Excavation — Roadway Pavement Street @X - `v2 Dollars and Cents $ L�5-00 Cubic Yard 8. 200 L.F. Remove P.C.C. Median Curb @ Dollars and J2 Cents $ .OS $ (DIC,.yc, Per Linear Foot 9. 12,000 S.F. Remove Median Stamped Concrete @ -tom Dollars and SevE 1 - Cents $ 2.--:k5 $ 33,c21OG.00 Per Squard Foot GMC Engineering Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 PR3of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 500 L.F. Remove P.C.C. Curb and Gutter @ Dollars and �e Cents $ _C: Per LinearooF t 11. 26,000 S.F. Remove P.C.C. Sidewalk, Curb Ramps @ Dollars and �� Cents $ 2.C� $ 5 3ca) • Go Per Square Foot 12. 170 S.F. Remove P.C.C. Driveway 13. 85 S.F 14. 9 EA @�lirQ Dollars J and �D Cents $ 5.CKD Per Square Foot Remove P.C.C. Alley Approach @ S1X Dollars and Cents Per Squ re Foot Remove Tree @ �nve 6inAreA eigb�01 la rs and Cents Each 15. 1,270 L.F. Construct P.C.C. Curb — Medians @ Dollars and Cents Per Linear Fo t $ (o ob $ SIG o0 $ 58S.Ou $ 5,2.00 $ 13.20 $ k�QaaceH. CX GIt,1C Engg ncering Inr. 1401 Warner Avemm, Suite B Tustin, CA 92780 PR4of14 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 16. 460 L.F. Construct P.C.C. Curb - Bulb -Outs @ \W 2J Dollars and Cents $ 2-5.00 $ oG Per Lin ar Foot 17. 350 L.F. Construct 6" P.C.C. Curb and Gutter Type "A" per City Standard @ IkP x- Dollars and Cents $ 2-14.Sc) Per Li ea oot 18. 280 L.F. Construct 8" PCC Curb and Gutter Type "A2" per CalTrans Standard @_l P V2 Dollars and Cents $ 2_5 5(D $ L40O C)o Per Li ear oo' F t 19. 480 L.F. Construct 6" P.C.C. Curb Type "B" per City Standard Dollars and Cents $ j2_ 2F.> $ 5,92S -o Per Liner oot 20. 1,200 L.F. Construct 8" P.C.C. Curb Type "B" per City Standard @ 11VPX� Dollars and 2v� v Cents Per Lined Foot 21. 14,300 S.F. Construct 4" Thick P.C.C. Sidewalk @ '1v, Dollars and Cents $ 5. $ �2"2lS,o0 Per Square Foot GVJ1C Engineering Inc. 1401 Warner Avenue, Suite 3 Tustin, CA 92780 PIR 5of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 145 S.F. Construct 6" Thick P.C.C. Pavement @ Dollars and Cents Per Square Foot 23. 95 S.F. Construct P.C.C. Alley Approach @ Dollars and Cents $ 0, Oo $ gSU.Up Per Square Foot 24. 380 S.F. Construct P.C.C. Residential Driveway Approach @ _Dollars and Y �e Cents Per Squa e oot 25. 140 TON Construct Asphalt Concrete Patch - Medians @ l� 2 dun it 1 - Collars and Cents Per Ton 26. 95 TON Construct Asphalt Concrete Pavement @ Jne h r\ Dollars rA - h z and Cents $ S. oe) $ 13 Peri n 27. 70 CY Construct Aggregate Base Material @ Dollars and Cents $ Z)5, 0o Cubic Y rd ` GPAC En&eer'sng Inc. 14.01 101arner AvenL3e, Sprite B Tustin, CA 92780 FIR 6of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 6 EA Construct P.C.C. Access Ramp and Retaining Curbs Q )L - 1-\CU5RVA Dollars Fund,% d and 10 Cents $ k SCA, $ 3 c)u© Each 29. 24 S.F. Furnish and Install Truncated Dome Warning Surface @ Dollars and Cents $ 50.00 $ \,200 -co Per Square Foot 30. 5 EA Adjust Sewer Cleanout to Grade @ 1 �(Jr(�Cct Dollars and Cents $ SGb.ot, $ 2,5oa,o� Each 31. 1 EA Adjust Sewer Manhole to Grade @15A Dollars and Cents $ o.00 $ CeC30,0 Each 32. 2 EA Adjust Water Valve Box and Cover to Grade @ Y puna Dollars and Cents $ $ OG.Ob Each 33. 2 EA Install 2" Water Service & Backflow @ 2 0,4Dollars se en heed 1y and Cents Each $ll,SDO a t`it;C Engineering Inc. 1401 Warner Avenue, Suite S Tustin, CA 92780 PR7of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 34. 54 EA Salvage and Reset Signs @E? hDollars and Each Cents $ 5.00 $ p S3c>.ou 35. 16 EA Furnish and Install Street Sign and Post @��1CP �Il?��c� Dollars and Cents $ 3co .0D $ pgpp. pp Each 36. Lump Sum Install Pavement Markings and Striping @S;x Dollars and Cents $ (�,OSO.pO Lump um 37. Lump Sum Relocate Existing City Street Light @env Aa�uSa-)A Dollars �eWA-A ed �4and _Cents $ y f5-30. Lump Sum 38. 500 CY Import Top Soil for Medians, Planters, and Bulb -Outs @ Dollars and Cents $ 55' Co $ 2 5to . oo Cubic Yard 39. 1,800 S.F. Construct Integral - Color Concrete Flatwork w/ Retarder Finish @ L/ Dollars and Cents $ ?).w $ lig yoD.00 Per Sq are Foot GPAC Esgi€ aadng Inc. 1401 Vffarner Awenua, Suite B Tustin, CAS 02700 FIR 8of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 40. 80 L.F. Construct Concrete Curb at Back of Walk @ 1 Dollars and Cents $ S o $ Zpp,pG Per Lin ar Foot 41. 300 L.F. Construct Integral - Color Concrete Band @ V_ Dollars h and (U Cents $ 2G , oo $ Coo, pC) Per Linear Foot 42. Lump Sum Construct Concrete "Serpentine" Garden Wall including "Balboa Peninsula" Sign Components @ 2. 1 Dollars 5t\er AN�045� and Cents $ o , aDO Lump 8um 43. Lump Sum Construct Concrete Wall @oY1C yj ollars swz:, 4.�vd.ed � and Cents $ oc Lump Siurn 44. Lump Sum Furnish and Install Precast Blocks @_ rL'Ait4 a,rsaY Dollars 4�le hw eC1 and R% Cents $ O . oC, Lump Sum 45. 1 EA Furnish and Install Precast Column Tiers and Caps @jgn n ixre a6-.r,j Dollars F R hUnd�ed and Cents Each $ 2915Co,o0$ Z9,�.o'J Gid 0 En-ginaering @nc. 14,01 Wfanner Avonue, Suite B Turt1n, CA 92760 PR9of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 46. 7 EA Furnish and Install Precast Vine Planter @^ipnSc Dollars s xh�rd edsxhJ fi and > Cents $ ILQLqS,Ixi $ S5, Each 47. 21 EA Furnish and Install Precast Planter Ring @COAP.-\\aCM5Dollars z4wde�1-1�4C and ��,� c Cents $ � h =C� $ 311(oos, a� Each 48. 8 EA Furnish and Install Precast Seat Wall "B" @ Che Dollars Cents $ 3 5, x, $ Loo . Each 49. 29 EA Furnish and Install Precast Seat Wall "A" @ �hPnt�l s Dollars seHen}1-� and Cents $ t,Q�15 Lti $ S. 0-b Each 50. 61 EA Furnish and Install Cast Iron Tree Grate (Half) and Steel Angle Frame @Sem eaglijj�Dollars �and Cents $ Aso. $ L-t� S a cap Each 51. 46 EA Furnish and Install Cast Iron Tree Grate (Full) and Steel Angle Frame @ 1712�UUSdv�� Dollars fu-lrl ^fie\ 6ft�e and iG Cents $ 1JLA1S1 $ (4Oct o.00 Each G'NIC Erbgirsearing Inc. 1401 Warner Avenuee, Suite B Tustin, CA 92780 PR 10 of 14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 52. Lump Sum Furnish and Install Decorative Core -Ten Panels and Posts - Wall Mount @� Dollars and Cents $ (oSicXx�. UG Lump um 53. Lump Sum Furnish and Install Decorative Core -Ten Panels and Posts - Ground Mount @ Y1� �Uy) -CA Dollars �vr�y ,ups and Cents $ Lq_Q �rr`J. cC, Lump Sufn 54. 126 EA Furnish and Install Large Rounded Rock Cobble @ �l _Dollars and _Cents Each 55. Lump Sum Soil Preparation and Fine Grading Dollars and Cents $ 3 a,uU $ i�r�8`;•c, Lump Sum 56. Lump Sum Weed Abatement Orve xk.o ,� w @tee `k"� Dollars f and _Cents $ +�sS.00 $ 1is.uu Lump Sum 57. 22 EA Install Phoenix dactylifera/DATE PALM (20' BTH) @f-V-eee ?`�,, /Dollars �u and Cents $4)C)C>.., $ qG 2c, oG Each GMC Engineo ing Inc. 1401 tVamarAvermc, Suite B Tustin, CA 92780 PR 11 of 14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 58. 11 EA Install Washingtonia hybrid/FAN PALM (15' BTH) pm- p,sQ�D @ Dollars ✓2 and Cents $ 25.co $ Ic"Gnrs,oo Each 59. 209 EA Install Tree - 36" Box Dollars and �J Cents $ (pct, cb $ 21. Oce Each 60. 10 EA Install Tree -15 Gallon Dollars and Cents $ 7O.(7G $ 1,3Oo.C)o Each 61. 286 EA Install Shrub - 5 Gallon @ �� CZf✓e Dollars and 1 Cents $ 2-\. Go $ Ce u4q.o0 Each 62. 9,079 EA Install Shrub - 1 Gallon @ Dollars and S�Lt V' Cents $ _}.�6 Z5 Each 63. 25 EA Install Vine - 5 Gallon @ Dollars /l and �/--, Cents Eacli G� rG Enginnering Inc. „11,01 thlarricr Avve n: m, S'.iRe B TsmCn, CA 02730 PR 12 of 14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 64. 86 EA Install Vine - 1 Gallon @ `Qa1'1% Dollars and Cents $ $.00 $ coss,co Each 65. 1,270 S.F. Turf Repair @ lJinQ. Dollars and Cents $ .Oo $ 2 oa Per Sq are Foot 66. Lump Sum Automatic Irrigation System @'I�ur h Elie l�wa�ollars e`U1''�`J-'wand Cents $ ' 0O ,Up Lump S m 67. 220 CY Install Wood Mulch - 2" Depth @1tdU him Dollars qq and lG Cents $ _ ,Oo $ $iS$O.pv Cubic Yard 68. Lump Sum Provide Ninety (90) Day Landscape Maintenance Phase @lnY0(tiSavr( Dollars and _ f7) Cents $ Soo v Lump S m 69. Lump Sum Provide As -Built plans @�Ptl1 �CYVS Dollars and Cents $ 24 0 O� Lump um CM C En inece nig Inc. 1401 R Warner t`t-acv aaa'S'a, €.,'L�ia� tl °u°v: �@, 4•i \ F•..'-. r.;. rye PR 13 of 14 1 1 tM UUAN I I I Y ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 70. 10 EA Construct PCC Access Ramp and Retaining Curbs (Additional Various Locations Within Project Limits) 71 @ UIQ 4nDUsayA Dollars �jM4 �unLpd sa.en4y-�;�and (7j Cents $-Z_S or, $ laa5o. ccs Each Lump Sum Furnish and Install Electrical Power Connection to Irrigation Controller 'A' @El3se� cL Yl n Dollars h' ^ and Cents Lump Surh 72. Lump Sum Furnish and Install Electrical Power Connection to Irrigation Controller 'B' @ Ui ousa2�d Dollars skx V)Lma CA -k�(41j and Cents Lump Su 73. Lump Sum Furnish and Install Electrical Power Connection to Irrigation Controller 'C' @ v� 40us Dollars sIx titin �( and Cents $ 24V�0' L LUMPS m 74. Lump Sum Furnish and Install Electrical Power Connection to Irrigation Controller 'D' @ SL, 6 t)f Dollars and Cents $ , D% Lump S m Gr(,1C Ennlneerir:g Inc. 1,101 Via nor Atisera:. % ti riite B Tustin, CA 52700 PR 14 of 14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS and ees - �O Cents October 23, 2013 Date P: 714-247-1040 F: 714-247-1 Bidder's Telephone and Fax Numbers Ilars $ 2 2y - , 2}5 Total Price (Figures) GMC Engineering, Inc. Bidder 041 Bidder's Authorized Sig ature and Title Gennady Chizhik - President 739091 A and B 1401 Warner Ave., Ste B, Bidder's License No(s). Bidder's Address Tustin, CA and Classification(s) 92780 Bidder's email address: gennady@gmceng.net ALTERNATE BID ITEMS: 75. 350 L.F. Furnish and Install stainless steel wire cable railing (Subtract item 52 if this alternate item is selected) @ 1U -G InUncc� Dollars and Cents $ 2w. $ -4 c, C)oo, 0 Per Lin ar Foot 76. 11 EA Install Washingtonia hybrid/FAN PALM (30' BTH) (Subtract item no. 58 if this alternate item is selected) @ U� ^ i' Dollars Cents Each $ 2��,oD $ 2 SOO.uo 1 1 1 1 2 2 2 2 2 3 3 3 3 3 3 3 3 4 ri n PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS WEST NEWPORT LANDSCAPING PROJECT BALBOA BOULEVARD BEAUTIFICATION CONTRACT NO. 4842 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.4 Line and Grade SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6-1.3 Coordination with Other Agency 1 1 1 1 2 2 2 2 2 3 3 3 3 3 3 3 3 4 ri n 6-7 TIME OF COMPLETION 4 6-7.1 General 4 6-7.2 Working Days 4 6-7.4 Working Hours 5 6-9 LIQUIDATED DAMAGES 6-11 SEQUENCE OF CONSTRUCTION 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 5 7-1.2 Temporary Utility Services 5 7-5 PERMITS 6 7-7 COOPERATION AND COLLATERAL WORK 6 7-8 WORK SITE MAINTENANCE 6 7-8.4.3 Storage of Equipment and Materials in Public Streets 7 7-8.6 Water Pollution Control 7 7-8.6.2 Best Management Practices (BMPs) 7 7-8.7.2 Steel Plates 8 7-10 PUBLIC CONVENIENCE AND SAFETY 8 7-10.1 Traffic and Access 8 7-10.3 Street Closures, Detours, Barricades 8 7-10.4 Safety 9 7-10.4.1 Safety Orders 9 7-10.5 "No Parking" Signs 9 7-10.6 Notice to Residents and Temp Parking Permits 10 7-15 CONTRACTOR LICENSES 10 7-16 CONTRACTOR'S RECORDWAS BUILT DRAWINGS 10 SECTION 9 MEASUREMENT AND PAYMENT 11 9-3 PAYMENT 11 9-3.1 General 11 9-3.2 Partial and Final Payment 22 PART 2 ---CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR AND RELATED MATERIALS 22 201-1 PORTLAND CONCRETE CEMENT 22 201-1.1.2 Concrete Specified by Class 22 201-2 REINFORCEMENT FOR CONCRETE 22 201-2.2.1 Reinforcing Steel 22 201-7 NON -MASONRY GROUT 22 201.7.2 Quick Setting Grout 22 SECTION 203 BITUMINOUS MATERIALS 22 203-6 ASPHALT CONCRETE 22 203-6.4 Asphalt Concrete Mixtures 22 203-6.4.3 Composition of Grading 22 PART 3 ---CONSTRUCTION METHODS SECTION 300 EARTHWORK 23 300-1 CLEARING AND GRUBBING 23 300-1.3 Removal and Disposal of Materials 23 300-1.3.1 General 23 300-1.3.2 Requirements 23 300-1.5 Solid Waste Diversion 23 300-2 UNCLASSIFIED EXCAVATION 24 300-2.6 Surplus Material 24 300-4 UNCLASSIFIED FILL 24 300-4.7 Compacting 24 SECTION 302 ROADWAY SURFACING 24 302-5 ASPHALT CONCRETE PAVEMENT 24 302-5.1 General 24 302-5.4 Tack Coat 24 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 24 302-6.6 Curing 24 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 25 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 25 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 25 303-5.1.1 General 25 303-5.5 Finishing 25 303-5.5.1 General 25 303-5.5.2 Curb 25 303-5.5.4 Gutter 25 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 25 308-1 GENERAL 25 308-5 IRRIGATION SYSTEM INSTALLATION 25 Section 02810 Landscape Irrigation 25 Part 1 General 25 Part 2 Products 33 Part 3 Execution 39 308-4 PLANTING 46 Section 02900 Landscape Planting 46 Part 1 General 46 Part 2 Products 49 Part 3 Execution 53 308-6 MAINTENANCE AND PLANT ESTABLISHMENT 60 Section 02970 Landscape Maintenance 60 Part 1 General 60 Part 3 Execution 63 SECTION 310 PAINTING 66 310-5 PAINTING VARIOUS SURFACES 66 310-5.6 Painting Traffic Stripping, Pavement Markings, and Curb Markings 67 310-5.6.6 Preparation of Existing Surfaces 67 310-5.6.7 Layout, Alignment, and Spotting 67 310-5.6.8 Application of Paint 67 310-5.6.11 Pavement Markers 68 SECTION 312 PAVEMENT MARKER PLACEMENT REMOVAL 68 312-1 PLACEMENT 68 SECTION 313 SIGNAGE 68 313-1 GENERAL 68 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 69 400-2 UNTREATED BASE MATERIAL 69 400-2.1 General 69 400-2.1.1 Requirements 69 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS WEST NEWPORT LANDSCAPING PROJECT BALBOA BOULEVARD BEAUTIFICATION CONTRACT NO. C-4842 SP 1 OF 69 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS WEST NEWPORT LANDSCAPING PROJECT BALBOA BOULEVARD BEAUTIFICATION CONTRACT NO. C-4842 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. R -6036-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2 ---SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE. Add to this section, "The work necessary for the completion of this contract consists of distributing construction notices to existing businesses and residents; construction surveying; removing existing sidewalk, curb and gutter, driveways, asphalt and concrete pavement, fencing, walls, on and off-site improvements, landscape material; clearing and grubbing; constructing new asphalt and concrete improvements; installing new irrigation system, landscaping, and architectural features, plant maintenance, and other incidental items of work." 2-9 SURVEYING 2-9.1 Permanent Survey Markers. Delete this section and replace with the following: "The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the SP2OF69 Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.4 Line and Grade. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Forkert Engineering and Surveying, Inc. and can be contacted at (714) 963-6793. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work." SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor." SP3OF69 SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements Add Section 4-1.3.4 Inspection and Testing "4-1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 ---UTILITIES 5-1 LOCATION. Add the following after the 3'd paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." Add Section 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. SP4OF69 SECTION 6 ---PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed.' 6-1.1 Construction Schedule. Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 120 consecutive working days after the date on the Notice to Proceed." The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1" (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31 St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Add the following Section 6-7.4 Working Hours SP5OF69 6-7.4 Working Hours. Normal working hours are limited to 7:30a.m. to 4:30p.m. Monday through Friday. All work requiring the closure of vehicular travel lane(s) shall take place between 8:OOa.m. and 4:OOp.m. only The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00." Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." 6-11 SEQUENCE OF CONSTRUCTION. The Contractor shall prepare a construction phasing schedule for submittal to the City for review and approval. The construction phasing schedule shall be approved by the City prior to starting construction activities. The construction phasing shall address issues such as traffic circulation, emergency vehicle access, resident access, and parking restrictions. The construction phasing shall be revised, as needed without additional cost, to the satisfaction of the City. SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services. Add to the end of this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be SP6OF69 returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water". MI-M»Neill&I Add to this section the following: The Contractor shall obtain and pay for all costs incurred for permits necessary for the work and the associated operations such as, but not limited to, State of California, Department of Transportation double permit (DP), utility and/or encroachment permits, those permits required for traffic control, night work, overload, and demolition. The Contractor shall pay all business taxes or license fees that are required for this work. 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011." SP 7 OF 69 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storaae of Eauipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, 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 any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newporibeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs). Add to this section: "The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code." SP8OF69 7-8.7.2 Steel Plates. "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." 7-10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least ten (10) working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. SP9OF69 5. Type II barricades shall be located at the beginning and end of each individual closed sidewalk area from time of removal until placement of backfill and final cure of the sidewalk. 6. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work. 7. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 8. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure 9. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure." 10. Work on West Coast Highway right-of-way shall be in accordance with Caltrans standards and requirements." 7-10.4 Safety 7-10.4.1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty-eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach SP 10 OF 69 "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Add the following Section 7-10.6 Notice to Properties 7-10.6 Notices to Properties. Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a California Contractor "A" License. All landscape and irrigation related work items will require a "C-27" License, both of which may be held by either the General Contractor or his subcontractor. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDWAS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents SP 11 OF 69 shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material." SECTION 9 ---MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include, but not be limited to, providing bonds, insurance and financing, establishing a material and equipment storage location, preparing and implementing BMP Plan, construction surveying, providing submittals, construction schedule, and all required reporting documentations, attending all project coordination meetings, coordinating with all applicable agencies, stakeholders and utility companies, obtaining all necessary permits, soil testing, and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA Markings and providing any required documentation and turnover items as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents and businesses. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, coordinating traffic control with all applicable agencies, water districts, stakeholders and utility companies, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, and flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 3 Surveying Services: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for providing any and all surveying required to complete the work in place, including restoration of survey monuments and filing the corner records/record of survey with the County of Orange if required. Item No. 4 Clear and Grub: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing all brush, vegetation and roots, rodents and any rodent damage, debris, other objectionable native or non-native SP 12 OF 69 material to accommodate contract improvements as directed by the Engineer, grading of the project area for the new improvements, and all other work items as required for performing the work complete in place. Item No. 5 Unclassified Excavation — Roadway Pavement Medians: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing of the existing pavement section and subgrade to accommodate Contract -specified improvements, and all other work items as required for performing the work complete and in place. Item No. 6 Unclassified Excavation — Pavement Bulb -outs: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing of the existing pavement section and subgrade to accommodate Contract -specified improvements, and all other work items as required for performing the work complete and in place. Item No. 7 Unclassified Excavation — Roadway Pavement Streets: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing of the existing pavement section and subgrade to accommodate Contract -specified improvements, and all other work items as required for performing the work complete and in place. Item No. 8 Remove P.C.C. Median Curb: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing of the existing P.C.C. curb and all other work items as required for performing the work complete and in place. Curb shall be sawcut at the nearest joint. Item No. 9 Remove Median Stamped Concrete: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing of the existing P.C.C. curb pavement and base material and all other work items as required for performing the work complete and in place. Item No.10 Remove P.C.C. Curb & Gutter: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing of the existing P.C.C. curbs and gutter and all other work items as required for performing the work complete and in place. Curbs and gutter shall be sawcut at the nearest joint. Item No. 11 Remove P.C.C. Sidewalk/Curb Ramps: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing of the existing P.C.C. sidewalk, median paving and curb ramps plus retaining curbs and all other work items as required for performing the work complete and in place. Sidewalk shall be sawcut at the nearest joint. Improvements are either denoted on Contract plans or will be noted in the field by the Engineer. Item No. 12 Remove P.C.C. Driveway: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and SP 13 OF 69 disposing of the existing P.C.C. driveway approach and all other work items as required for performing the work complete and in place. Driveways shall be sawcut at the nearest joint. Item No. 13 Remove P.C.C. Alley Approach: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing of the existing P.C.C. driveway approach and all other work items as required for performing the work complete and in place. Alley approach shall be sawcut at the nearest joint. Item No. 14 Remove Tree: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing and disposing of existing trees and all other work items as required for performing the work complete and in place. Roots shall be removed to a depth of at least 12 -inches below finished grade. Item No. 15 Construct P.C.C. Curb — Medians. Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. pavement and all other work items required for performing the work complete and in place. Contractor shall coordinate work with any impacted residents to provide acceptable access to the property. Work may require phased construction. Item No. 16 Construct P.C.C. Curb — Bulb -Outs. Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. pavement and all other work items required for performing the work complete and in place. Contractor shall coordinate work with any impacted residents to provide acceptable access to the property. Work may require phased construction. Item No. 17 Construct 6" P.C.C.Curb & Gutter Type 'A' per City Standard— Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing Type "A" P.C.C. curb and gutter per City Standard STD - 182 -L, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 18 Construct 8" P.C.C. Curb & Gutter Type "A2" per Caltrans Standard: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting subgrade, constructing Type `A2' P.C.C. curb and gutter per Caltrans Standard Plan A87A, A.C. patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 19 Construct 6" P.C.C. Curb Type "B" per City Standard: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting subgrade, reconstructing existing curb drains and associated SP 14 OF 69 piping, constructing Type "B" P.C.C. curb and gutter per City Standard STD -182-L, A.C. patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 20 Construct 8" P.C.C. Curb Type "B" per City Standard: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing Type "B" P.C.C. curb and gutter per City Standard STD -182-L, A.C. patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 21 Construct 4" Thick P.C.C. Sidewalk: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, furnishing and installing fill material as needed, subgrade compaction, constructing 4 -inch thick P.C.C. sidewalk, adjusting pullboxes to grade, making repairs for damage done to private property including, but not limited to sod, decorative pavement, planters, ornaments, irrigation and plants, and all other work items required for performing the work complete and in place. Item No. 22 Construct 6" Thick P.C.C. Pavement: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. pavement and all other work items required for performing the work complete and in place. Contractor shall coordinate work with any impacted residents to provide acceptable access to the property. Work may require phased construction. Item No. 23 Construct P.C.C. Alley Approach: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. alley approach and all other work items required for performing the work complete and in place. Contractor shall coordinate work with any impacted residents to provide acceptable access to the property. Work may require phased construction. Item No. 24 Construct P.C.C. Residential Driveway Approach: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, furnishing and installing fill material as needed, subgrade compaction, constructing P.C.C. residential driveway approach and all other work items required for performing the work complete and in place. Contractor shall coordinate work with the impacted resident to provide acceptable access to the property. Driveway approaches may require phased construction. Item No. 25 Construct Asphalt Concrete Patch - Medians: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade compaction, furnishing, installing and compacting base course and final SP 15 OF 69 course asphalt concrete pavement, and all other work items required for performing the work complete and in place. Item No. 26 Construct Asphalt Concrete Pavement: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade compaction, furnishing, installing and compacting base course and final course asphalt concrete pavement, and all other work items required for performing the work complete and in place. Item No. 27 Construct Aggregate Base Material: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade compaction, furnishing, installing and compacting base material, and all other work items required for performing the work complete and in place. Item No. 28 Construct PCC Access Ramp and Retaining Curbs: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing existing improvements, grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. Curb Access Ramp and retaining curb, per plan, complete with raised truncated domes. Within City right of way, raised truncated domes shall be dark grey colored and shall be "Terrapaving" as manufactured by Wausau Tile Inc. (715) 359-3121. Within Caltrans right of way, raised truncated domes shall be yellow colored. All other work items as required per City Standard STD -181-L or Caltrans Standard Plan A88A to complete the work in place. Truncated domes shall be cast -in-place. Item No. 29 Furnish and Install Truncated Dome Warning Surface: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for furnishing and installing raised truncated domes. Within City right of way, raised truncated domes shall be dark grey colored and shall be `Terrapaving" as manufactured by Wausau Tile Inc. (715) 359-3121. Within Caltrans right of way, raised truncated domes shall be yellow colored. Truncated domes shall be cast -in-place. Item No. 30 Adjust Sewer Cleanout to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting the existing City sewer cleanouts to finished grade in accordance with City STD -400-L, controlling ground and surface water, backfilling, compacting, disposing of excess material, and all other work items as required to complete the work in place. Item No. 31 Adjust Sewer Manhole to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting the existing City sewer manholes to finished grade in accordance with City STD -111-L, controlling ground and surface water, backfilling, compacting, disposing of excess material, and all other work items as required to complete the work in place. Item No. 32 Adjust Water Valve Box & Cover to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting SP 16 OF 69 the existing City water valve boxes and covers to finished grade in accordance with City STD -511-L, and all other work items as required to complete the work in place. Item No. 33 Install 2" Water Service & Backflow: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for the cost of all labor, equipment and materials including, but not limited to, excavation, backfill, sawcutting, trench resurfacing, pipe material, all appurtenances for water service connection to existing water main and all other work items as required to complete the work in place. Item No. 34 Salvage and Reset Signs: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing, storing, reinstalling sign from locations, providing and installing new unistrut post and base at locations where said post and base is not provided, and all other work items as required to complete the work in place. Item No. 35 Furnish and Install Street Sign and Post: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for acquiring and installing sign and post and all other work items as required to complete the work in place. Item No. 36 Install Pavement Markings and Striping: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for removing existing and installing pavement markings (regardless of material), and striping and all other work items as required to complete the work in place. Item No. 37 Relocate Existing City Street Light: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for salvaging street light, removal of existing footing, modifying and installing pull box and service, constructing new footing and re -installing existing street light in accordance with City's standards, restoring pavement, coordinating with proper agencies to disconnecting and reconnecting utility services, and all other work items as required to complete the work in place. Item No. 38 Import Topsoil for Medians, Planters, and Bulb -Outs: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for delivering and installing topsoil from Aguinaga's Top Soil type 'C', and all other work items as required to complete the work in place. Item No. 39 Construct Integral -Color Concrete Flatwork with Retarder Finish: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade compaction, furnishing, installing and compacting base course, constructing integral -color concrete flatwork with retarder finish, and all other work items required for performing the work complete and in place. Item No. 40 Construct Concrete Curb at Back of Walk: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade SP 17 OF 69 compaction, furnishing, installing and compacting base course and concrete curb and all other work items required for performing the work complete and in place. Item No. 41 Construct Integral -Color Concrete Band: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade compaction, furnishing, installing and compacting base course, constructing integral - color concrete band, and all other work items required for performing the work complete and in place. Item No. 42 Construct Concrete "Serpentine" Garden Wall, including 'Balboa Peninsula" Sign Components: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade compaction, furnishing, installing and compacting base course, installing Concrete Garden Wall with all sign components, applying anti -graffiti coating, and other work items required for performing the work complete and in place. Item No. 43 Construct Concrete Wall: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade compaction, furnishing, installing and compacting base course, constructing Concrete Wall, applying anti -graffiti coating, and all other work items required for performing the work complete and in place. Item No. 44 Furnish and Install Precast Blocks: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for base materials, subgrade compaction, furnishing, installing precast blocks, applying anti -graffiti coating, and all other work items required for performing the work complete and in place. Item No. 45 Furnish and Install Precast Column Tiers and Cap: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for base materials, subgrade compaction, installing concrete footing and support post, furnishing and installing precast tiers and cap, including decorative panel insets, applying anti -graffiti coating, and all other work items required for performing the work complete and in place. Item No. 46 Furnish and Install Precast Vine Planter: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for furnishing, installing precast vine planter, including drain system, applying anti -graffiti coating, and all other work items required for performing the work complete and in place. Item No. 47 Furnish and Install Precast Planter Ring: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing and compacting base materials; furnishing and installing precast planter ring; applying anti -graffiti coating application; and all other work items required for performing the work complete and in place. Item No. 48 Furnish and Install Precast Seat Wall "B": Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing SP 18 OF 69 and compacting base materials; furnishing and installing precast seat wall; applying anti -graffiti coating; and all other work items required for performing the work complete and in place. Item No. 49 Furnish and Install Precast Seat Wall "A": Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing and compacting base materials; furnishing and installing precast seat wall; applying anti -graffiti coating; and all other work items required for performing the work complete and in place. Item No. 50 Furnish and Install Cast Iron Tree Grate (Half) and Steel Angle Frame: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for modifying adjacent improvements to accommodate improvements; furnishing and installing tree grate and frame; restoring affected improvements; and all other work items required for performing the work complete and in place. Item No. 51 Furnish and Install Cast Iron Tree Grate (Full) and Steel Angle Frame: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for modifying adjacent improvements to accommodate improvements; furnishing and installing tree grate and frame; restoring affected improvements; and all other work items required for performing the work complete and in place. Item No. 52 Furnish and Install Decorative Core -Ten Panels and Support Post -Wall Mount: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for furnishing and installing core -ten panels, stainless steel support posts and all other work items required for performing the work complete and in place. Item No. 53 Furnish and Install Decorative Core -Ten Panels and Support Post - Ground Mount: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for furnishing and installing core -ten panels, stainless steel posts and all other work items required for performing the work complete and in place. Item No. 54 Furnish and Install Large Rounded Rock Cobble: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for furnishing and installing large rocks, positioning, installing as directed by engineer, and all other work items required to complete the work in place. Item No. 55 Soil Preparation and Fine Grading: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing and rototilling soil with amendments to a depth of 18", or as noted on plans, and fine grading and all other work items as required to complete the work in place. Item No. 56 Weed Abatement: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for two (2) cycles of weed abatement and all other work items as required to complete the work in place. SP 19 OF 69 Item No. 57 Install Phoenix dactylifera/Date Palm: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for transporting, furnishing, storing, and installing Phoenix dactylifera "Date Palms", variety Madjool, minimum 20 feet of Brown Trunk Height (BTH) soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 58 Install Washingtonia Hybrid/Fan Palm (15 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Washingtonia Hybrid "Fan Palms", minimum 15 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 59 Install Tree — 36 -Inch Box: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 36" box size trees, soil amendments, providing plant photos and all other items as required to complete the work in place. Item No. 60 Install Tree — 15 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 15 -gallon size trees, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 61 Install Shrub - 5 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 5 gallon size shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 62 Install Shrub - 1 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 1 gallon size shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 63 Install Vine - 5 Gallon: Work under this item shall , but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 5 gallon size vines, soil amendments, providing plant photos, and all other items as required to complete the work in place. Quantities to this bid item is subject to adjustment without renegotiation in unit price and/or additional compensation. Item No. 64 Install Vine - 1 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 5 gallon size vines, soil amendments, providing plant photos, and all other items as required to complete the work in place. 61WTiZ0l11115*61 Quantities to this bid item is subject to adjustment without renegotiation in unit price and/or additional compensation. Item No. 65 Turf Repair: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing turf - sod, transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 66 Automatic irrigation System: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials, for excavating; backfilling; furnishing and installing sleeves, pressure and non -pressure piping, valves, boxes, flow sensor, control wires, flow sensors including cables in sleeve, controllers with cabinet and base, irrigation heads, appurtenances; modification of existing equipment to accommodate irrigation system; removing and repairing damaged pavement; and all other items as required to complete the work in place. Item No. 67 Install Wood Mulch — 2 -Inch Depth: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing, transporting, delivering, storing, placing two-inch (2") thick mulch, appurtenances, and other items as required to complete the work in place. Item No. 68 Provide Ninety (90) Day Landscape Maintenance Phase: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for manpower, fertilizers, irrigation system inspection and operation, plant materials, supervision, attending maintenance site visits, and all other items necessary to establish and maintain the landscaping for the entire maintenance period. Item No. 69 Provide As -Built Plans: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of Seven Thousand Dollars ($7,000.00) is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 70 Construct P.C.C. Access Ramp and Retaining Curbs (additional various locations within project limits) : Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing of the existing P.C.C. sidewalk (at the nearest joint), curb and gutter (at the nearest joint), curb ramps plus retaining curbs and all other work items as required for performing the work complete and in place. Work locations will be noted by the Engineer at the project site. Work shall also include grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. Curb Access Ramp and retaining curb, per City Standard STD -181-L and direction of City Engineer, complete with raised truncated domes. Within City right of way, raised truncated domes shall be dark grey colored and shall be "TTerrapaving" as manufactured by Wausau Tile Inc. (715) 359- 3121. Truncated domes shall be cast -in-place. SP 21 OF 69 Item No. 71 Furnish and Install Electrical Power Connection to Irrigation Controller A: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing electrical power lines, conduits, connections and all materials, modifying existing meter cabinet, and work necessary to provide electrical service to the new controller "A", removing and reconstructing any pavement or improvements, coordinating and connecting power service with appropriate utility, and all work items required for performing the work complete and in place. Item No. 72 Furnish and Install Electrical Power Connection to Irrigation Controller B: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing electrical power lines, conduits, connections and all materials, modifying existing meter cabinet, and work necessary to provide electrical service to the new controller "B", removing and reconstructing any pavement or improvements, coordinating and connecting power service with appropriate utility, and all work items required for performing the work complete and in place. Item No. 73 Furnish and Install Electrical Power Connection to Irrigation Controller C: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing electrical power lines, conduits, connections and all materials, modifying existing meter cabinet, and work necessary to provide electrical service to the new controller "C, removing and reconstructing affected pavement and/or improvements, coordinating and connecting power service with appropriate utility, and all work items required for performing the work complete and in place. Item No. 74 Furnish and Install Electrical Meter and Power Connection to Irrigation Controller D: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for coordinating with utility to provide service, installing a new Myers electrical cabinet for new meter and concrete foundation, all conduit, wiring, and appurtenances, coordinating with appropriate utility company and establish service, removing and reconstructing affected pavement and/or improvements, and all work items necessary to provide electrical service to the new controller "D" and complete the work in place. Alternate Bid No.1-Item 75 Furnish and Install Stainless Steel Wire Cable Railing Wall Mount: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for installing, transporting, delivering, storing, placing, and other items as required to complete the work in place. If this alternate bid item is selected, it will replace Bid Item 52 Decorative Core -Ten Panels and Posts — Wall Mount and the total price of this alternate item will be used in place of the total price of Item 52. Alternate Bid No. 2 -Item 76 Install Washingtonia Hybrid/Fan Palm (30 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Washingtonia Hybrid "Fan Palms", minimum 30 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. If this SP 22 OF 69 alternate bid item is selected it will replace Bid Item 58 Install Washingtonia Hybrid/Date Palm (20 BTH) and the total price of this alternative item will be used in place of the total price of Bid Item 58. 9-3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560-C-3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout. Add to this section: 'The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures. 203-6-4.3 Composition of Grading: Add this Section: "Asphalt Concrete for the finish course shall be C3 64-10 and B 64-10 for the base course. SP 23 OF 69 PART 3 CONSTRUCTION METHODS SECTION 300 ---EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: 'Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List." 300-1.3.1 General. Add to this section: 'The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items." 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words 1-1/2 'h inch" of the last sentence with the words "two (2) inches". Add the following Section 301.5 Solid Waste Diversion 300-1.5 Solid Waste Diversion. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. SP 24 OF 69 The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention." 300-2 - UNCLASSIFIED EXCAVATION. 300-2.6 Surplus Material. Add to this Section: "All surplus material shall be disposed of in a legal manner at the expense of the Contractor." 300-4 UNCLASSIFIED FILL. 300-4.7 Compacting Add to this Section: "Consolidation by jetting will only be permitted if approved by the Engineer." SECTION 302 ---ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General. Add to this section: "All cracks'/ -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (e.g. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1%2 inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302-5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.6 Curing. Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201-1.1-2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SP 25 OF 69 SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.5 Finishing 303-5.5.1 General. Add to this section: 'The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb. Add to this section: 'The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2)day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter. Add to this section: 'The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General. Add to this section: 'The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned of removed unless this submittal is returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester, Mr. John Conway ((949) 644-3083) at the site to discuss City standards and requirements. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. SP 26 OF 69 b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 308-5 Irrigation System Installation. Add to this section the following: SECTION 02810 ---LANDSCAPE IRRIGATION PART 1 —GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, appliances, tools, equipment facilities, transportation, and services necessary for and incidental to performing all operations in connection with the installation of "Automatic Irrigation System" complete, as shown in the drawings and/or described herein. B. Related work in other sections 1. Landscape Planting 2. Landscape Maintenance SP 27 OF 69 1.02 QUALITY ASSURANCE AND REQUIREMENTS A. Permits and Fees: 1. The Contractor shall obtain and pay for any and all permits and all inspections as required. B. Manufacturer's Directions: 1. Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturer of articles used in the contract furnish directions covering points not shown in the drawings and specifications. C. Ordinance 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 part of these specifications and their provisions shall be carried out by the Contractor. Anything contained in there specifications shall not be construed to conflict with any of the above rules and regulations or requirements of the same. 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. Contractor Responsibilities: A qualified superintendent shall be present on the site at all times during the progress of the work. The superintendent shall be fluent in the English language. 2. The Contractor shall train each person in techniques for making correct solvent and rubber gasket joints prior to their performing work on the site. 3. The Contractor shall protect work and materials from damage during construction and storage. Polyvinyl Chloride, (PVC) pipe and fittings shall be protected from dirt and sunlight. 4. The Contractor shall assume responsibility for damage to existing construction and shall restore damaged property to the original condition to the satisfaction of the City. 5. The Contractor shall handle plastic pipe and fittings carefully and store undercover to avoid UV or other damage. 6. Immediately notify the City in case of discrepancies. SP 28 OF 69 7. Do not proceed with installation in areas of discrepancy until all such discrepancies have been resolved. If the Contractor provides and installE material or performs work without resolving such discrepancies, the Contractor shall be fully responsible for removing, restocking and re- installation of such areas until all discrepancies are resolved to the City's satisfaction. E. Site Safety: 1. Erect and maintain barricades, warning signs, lights and/or guards as necessary or required to protect all persons on the site. F. Explanation Drawings: Due to the scale of 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 essentially diagrammatic and indicative of the word to be installed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, 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 exist that might not have been considered in the irrigation design. Such obstructions or differences should be brought to the attention of City Inspector. In the event this notification is not performed, the irrigation Contractor shall assume full responsibility for any revisions necessary to correct these discrepancies. SUBMITTALS: A. Material List: The Contractor shall furnish the articles, equipment, materials, or processes specified by name in the drawings and specifications. No substitutions shall be allowed without prior written approval the City Inspector. 2. Submittals shall be provided within ten (10) working days from the award of the contract. The complete material list shall be submitted prior to the starting of any work. Catalog data and full descriptive SP 29 OF 69 literature shall be submitted. Although equipment on the plans may be different from the examples below, the following is a guide for proper submittal format: Item No Description Manufacturer Model Size(s) 1. Backflow Preventer Febco 860 2" 2. Pop-up Spray Head Rainbird 1806 NA 3. Material list must include all irrigation materials utilized on the project including fittings, glue, primer, etc. B. Substitutions: 1. The Contractor may submit proposed substitutions for equipment and materials listed on the irrigation plans in the following manner. The landscape contractor shall submit to the City Inspector for approval on a separate sheet of contractor's letterhead paper the following: a. A statement indicating the reason for making each individual proposed substitution(s). b. Provide descriptive catalog literature, performance charts and flow charts as required for each item the contractor proposes to substitute, including the sales/manufacturer's regional telephone number. c. Provide the amount of cost savings or overage if the proposed substitute item is approved. 2. Substituted equipment of materials installed or furnished without prior approval of the City Inspector will be rejected and the Contractor required to remove such materials from the site at his own expense. The City shall have the sole discretion in accepting or rejecting any proposed substitution. 3. No exception taken to any item, alternate or substitute indicates only that the product apparently meets the requirements of the drawings and specifications on the basis of the information or samples submitted. All items must meet or exceed these specifications. 4. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. SP 30 OF 69 5. Manufacturer's warranty is required on any product offered. 6. If, in the opinion of the City, the substitution proves to be unsatisfactory, the Contractor shall remove such work and replace it with the originally specified item at the Contractor's own cost. C. Controller Charts: 1. Record drawings shall be evaluated by the Engineer before controller charts are prepared. 2. Provide two (2) controller charts for each controller, unless otherwise directed by the Engineer. 3. The chart shall show the area controlled by each automatic controller and shall be sized '/2" smaller than the controller door on all sides. 4. The chart is to be a reduced drawing of the actual record drawings. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be revised and made readable when the final controller chart is completed. 5. The chart shall be at least a 30# presentation bond copy. A differing color shall be used to indicate each valve and the same color used to identify the area of coverage for that valve. 6. When completed and approved, the chart shall be hermetically sealed by a plastic lamination process. The plastic laminating sheets shall each be a minimum of 20 mil. thick. 7. Controller charts shall be completed and approved prior to final inspection of the irrigation system. D. Operation and Maintenance Manuals: 1. Prepare and deliver to the City within ten (10) calendar days prior to completion of construction, hard -covered three rings binders containing the following information: a. Index sheet stating Contractor's name, address and telephone number, list of equipment with name and addresses of local manufacturer's representatives. b. Catalog and parts sheets on every material and equipment installed under this contract. SP 31 OF 69 G. Guarantee statements d. Complete operating and maintenance instructions on all major pieces of equipment. e. Equipment list providing the following for each item: • Manufacturer's name • Make and model number • Name and address of local manufacturer's representatives • Spare parts list in detail 2. Provide two (2) manuals, unless otherwise directed by the Engineer. E. Equipment to be furnished: 1. Supply as a part of this contract the following tools and equipment: a. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve installed under this contract. b. Two (2) five-foot valve keys for operation of ball valves Two (2) keys for each automatic controller. G. One (1) quick coupling valve key for each five (5) quick coupling valves installed. 2. The above-mentioned equipment shall be turned over to the City at the end of the Maintenance Phase. PRODUCT DELIVERY, STORAGE AND HANDLING: A. Handling of PVC Pipe and Fittings: 1. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of 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 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 pipe. SP 32 OF 69 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, if any, shall be filed with the City or his representative prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in each of the Operations and Maintenance Manual. C. The beginning date of the one year guarantee shall be from the written final acceptance date established by the City at the end of the Maintenance Phase. D. The guarantee form shown below shall be re -typed onto the Contractor's letterhead and contain the following information: GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We, <COMPANY NAME>, hereby guarantee that the irrigation system we have furnished and installed is free from defects in materials, equipment and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defects in material equipment or workmanship which may develop during the period of one year from the date of acceptance. We also guarantee to repair or replace any damage resulting from the defects, or the repairing or replacing of such defects at no additional cost to the City. We shall make such repairs or replacements within a reasonable time as determined by the City after receipt of written notice form the City. All repair work shall complete to the satisfaction of the City. 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. We will pay the costs and charges therefore upon demand. Any temporary repairs made by others to keep the irrigation system operable, does not void or relieve the Contractor of his responsibilities during the guarantee period. PROJECT: ADDRESS: LOCATION: SIGNED: ACCEPTANCE: SP 33 OF 69 'ALCIVA7 PHONE: PART 2 — PRODUCTS 2.01 MATERIALS: A. General: 1. Use only new materials of brands and types noted on the drawings, specified herein, or approved equivalents. B. PVC Pressure Main Line Pipe and Fittings: 1. Pressure main line piping shall be PVC Schedule 80 for all pipe 2" and larger, and Schedule 40 for all pipes 1-1/2" and smaller with solvent welded joints. 2. Pipe shall be made from NSF approved Type 1, Grade 1 PVC compound conforming to ASTM resin specification D 1784 or D 2241. All pipe must meet requirements as set forth in Federal Specification PS -21-70 (Solvent -Weld Pipe) and meet requirements of Cell Classification 124546. This compound shall have a 2,000 - PSI hydrostatic design stress rating. 3. PVC solvent -weld fittings shall be Schedule 80, 1-2, 11-1 NSF approved conforming to ASTM test procedure D 2466. 4. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of the type and installation methods prescribed by the manufacturer. 5. All PVC pipe must bear the following markings: a. Manufacturer's name b. Nominal pipe size C. Schedule or Class d. Pressure rating in PSI e. NSF (National Sanitation Foundation) approval f. Date of extrusion 6. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable IPS schedule and NSF seal of approval. Fittings shall be standard weight Schedule 80, injection molded of PVC fitting compound which meets current ASTM D SP 34 OF 69 1784-69 and requirements described in Cell Classification 13454B. Threads required in plastic fittings shall be injection molded. Tees and ells shall be side gated. C. PVC Non -Pressure Lateral Line Pipe: 1. Non -Pressure buried lateral line pipe shall be PVC Schedule 80 when under paved areas and PVC Schedule 40 in planter areas with solvent -weld joints. 2. Pipe shall be made from NSF approved, Type 1, 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. 3. Except as noted in paragraphs 1 and 2 of this section, all requirements for non -pressure lateral line pipe and fittings shall be the same as that for solvent -weld pressure main line pipe and fittings. D. Threaded Nipples: 1. Threaded nipples shall be standard weight, schedule 80, grey, with molded threads. 2. Assemble threaded fittings using teflon tape applied to male threads only. E. Joint Primer: 1. Type as recommended by manufacturer of pipe. F. Joint Cement: 1. Solvent type as recommended by manufacturer. 1. Shall be as specified on plans. H. Backflow Prevention Devices 1. Backflow Prevention Units shall be of the size and type indicated on the drawings. Install backflow prevention units in accordance with irrigation construction details and all local applicable codes and ordinances. 2. Wye strainers at backflow prevention units shall have a bronzed SP 35 OF 69 screwed body and shall be the type as specified on the plans. 3. Provide enclosure as denoted on plans. I. Flow Sensors: 1. Flow sensing equipment shall be manufactured by Rain Master and shall be an insertion type with a non-magnetic, spinning impeller, (paddle wheel) as the only moving part. The sensor sleeve will be brass or 316 stainless steel with the impeller and sensor housing being glass -filled PPS. A Pinion bearing shall be inserted through the impeller and the shaft material shall be tungsten carbide. The sensor will be supplied with a 2" NPT adapter for installation into any commercially available weld -on fitting or pipe saddle. The adapter shall have two (2) ethylenepropylene O -rings. The sensor electronics will be potted in an epoxy compound designed for prolonged immersion. Electrical connections shall be two (2) single conductor 18AWG leads eighteen (18) inches long. Insulation shall be direct burial "UF" type, colored red for the positive lead and black for the negative lead. Flow sensor cables shall be installed in 1" PVC SCH 40 conduit from sensor location to controller. Insertion of the sensor into any pipe size shall be 1-1/2 inches from the inside wall to the end of the sensor housing. The sensor shall operate in line pressures up to 400 PSI and liquid temperatures up to 22- degrees Fahrenheit, and operate in flows of one (1) foot per second up to thirty (30) feet per second. J. Quick Coupling Valves: 1. Quick coupling valves shall have a brass two-piece body designed for working pressure of 150 PSI operable with quick coupler key. Key size and type shall be as shown on plans. 2. Hinge cover shall be of heavy duty brass construction with a durable high quality locking yellow, (potable) thermoplastic rubber cover bonded to it in such a manner that it becomes a permanent - type cover. 3. Locate valves within 12 inches of hardscape edge, unless otherwise noted on plans. K. Normally -Closed Master Valves: 1. Master valves shall be the size and type as shown on the drawings. 2. Solenoid, if different from that normally supplied, shall be as specified on the drawings. 3. The remote control valve shall be a normally closed, 24VAC-50/60 cycle solenoid actuated globe pattern design capable of having a flow rate specified on the drawings and a pressure loss not to exceed manufacturer's specifications. The valve pressure rating SP 36 OF 69 shall not be less than 2,000 PSI, (13.8 bars, metric). 4. The valve body and bonnet shall be constructed of heavy cast brass, diaphragm shall be of nylon reinforced buna-n rubber. All other internal parts shall be made of bronze, brass, and stainless steel to ensure corrosion resistance. 5. The valve shall have both internal and external manual open/close control, (internal and external bleed), for manually opening and closing the valve without electrically energizing the solenoid. The valve shall have internal manual bleed to prevent flooding of the valve box. The valve shall house a fully encapsulated, one-piece solenoid. The solenoid shall have a captured plunger with a removable retainer for easy servicing, and a leverage handle for easy turning. This 24VAC 50/60 Hz solenoid shall open with 19.6 VDC minimum at 200 PSI, (13.8 bars metric). At 24VAC average inrush current, it shall not exceed .41 amps. Average holding current shall not exceed .23 amps. 6. The valve shall have a contamination -proof (CP) self -flushing nylon filter screen located at the valve inlet to filter out debris and prevent clogging of the hydraulic control ports and assure reliable operation. 7. The valve shall have a stainless steel flow control stem and cross handle for regulating or shutting off the flow of water. The valve must open or close in less than one minute at 200 PSI, (13.8 bars metric), and less than 30 seconds at 20 PSI, (1.4 bars metric). 8. The valve construction shall be such as to provide for all internal parts to be removable from the top of the valve without disturbing the valve installation. 9. The controller assembly shall be provided with a Master Valve Power assembly for the purpose of powering the master valve circuit independent of controller operation to pressurize the mainline for supplemental watering. This assembly shall consist of a timing module (with variable timing in thirty minute increments for up to three hours) mounted to the face of the backboard and pre- wired to a terminal interface board. L. Electric Remote Control Valves: 1. Electric control valves shall be of the size and type shown on the drawings. 2. Unless otherwise noted on plan or construction details, all electric control valves shall have a manual flow adjustment. 3. Provide and install one control valve box for each electric control valve. 4. Provide and install Christy tags with valve sequence for each valve. SP 37 OF 69 M. Valve Boxes: 1. Ball Valves: Use 10" diameter x 10-1/4" round boxes, Carson industries #910-12B with green bolt down cover or approved equal. Extension sleeve shall be PVC -6" minimum size, unless otherwise shown on plans. 2. Electric Control Valves: Use 12"x17"xT deep rectangular boxes, Carson Industries #1419A -12B with green bolt down cover or approved equivalent, unless otherwise shown on plans. 3. Drip Assemblies: Use oversized boxes for drip irrigation system assemblies to allow adequate room around component for installation repair and replacement without disturbing the box. Carson Industries #1730B-P12B (20-1/2" x33 -1/2"x12" deep rectangular box) with green ABS bolt -down lid or approved equivalent. 4. Pull Boxes: Pull boxes shall be 10" top diameter, 13" bottom diameter and 10-1/4" deep round box with lock bolt cover. Box shall be green in color. 5. Identification numbers shall be branded onto the box lids in 2 inch high letters and numbers. 6. Vehicle traffic area boxes shall be concrete with cast-iron lid designed for vehicle traffic use. N. High Voltage Wiring: 1. Electrical work shall conform to all applicable codes, ordinances and union authorities having jurisdiction. Only qualified electricians shall work with high voltage design, equipment or wiring. O. Control Wiring: 1. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG -UF 600 volt. Pilot wires sharing the same automatic controller shall be the same color. Common wire shall be white in color. Provide different colors for each controller installed on the same project. Install wire in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than #14. Wire sizes shall be 14 ga. up to 4,000' from valve to controller. 2. Wiring shall occupy the same trench and shall be installed along SP 38 OF 69 the same route as pressure supply or lateral lines wherever possible. 3. Where more than one wire is placed in a trench, the wiring shall be secured together with vinyl cable ties at intervals of ten (10) feet, and placed under the pipe for protection from shovels. 4. An expansion curl shall be provided within three (3) feet of each wire connection. The expansion curl shall be of sufficient length (minimum 24") at each splice connection at each electric control valve so that in case of repairs, the valve bonnet may be brought to the surface without disconnection of the control wires. Control wires shall be laid loosely in the trench without stress or stretching of control wire conductors. 5. All splices shall be made with Scotch Lok, Connnector Kings, or King "One -Step" wire connectors. Use one wire connector per wire splice. An expansion loop of 18 inches minimum shall be provided at each wire connection and/or directional turn. 6. Field splices between the automatic controller and electric control valves will not be permitted without prior approval of the Engineer. 7. All extra valve wires and the common wire, shall extend from the controller to a pull box at the farthest valve location for future or spare wires. If more than one route is available for extra wires, contact the Engineer for the number of extra wires to be run in differing directions. P. Cable: 1. All data communications wire connecting flow sensors to the electronics that are buried below grade, with or without conduit, shall be constructed to direct burial specifications similar to Telecommunications Exchange Cable (REA PE -89). 2. The cable shall be constructed of 20AWG or larger copper conductors twisted into pairs of varying lengths to prevent cross talk. Conductors shall be insulated with polyethylene or propylene with a suggested working voltage of 350 volts. The cable shall feature an aluminum -polyester shield and be finished with a black high-density polyethylene jacket. The cable should be equivalent to Belden No. 9883 or Anxiter E-000319DFC. 3. It is important that all wire connections be absolutely watertight with no leakage to ground or shorting from one conductor to another. Epoxy type wire connector kits such as 3M Series 3500 Scotch- SP 39 OF 69 LOK connector packs or 3M Series 7000 Epoxy Wire Connector Kits shall be used. If one connector is used for both wire connections, the splices shall be staggered to prevent shorting. Install per manufacturer's specifications. Q. Automatic Controller: 1. The automatic controller shall be of the size and type shown on the drawings. 2. The City prior to installation shall approve final location of automatic controllers. 3. Unless otherwise noted on the plans. The 120 -volt electrical power to the automatic controller location shall be furnished by others. The final hook-up of the automatic controller to the 120 -volt power source shall be the responsibility of the Contractor. 4. The controller shall be installed in an approved enclosure unless otherwise specified on the drawings. 5. Contact Mr. Scott Kyle at Rainmaster regarding connection to the city central control system, (949) 212-8013. R. Sprinkler Heads: 1. All sprinkler heads shall be of the size, type and deliver the same rate of precipitation with the diameter (or radius) of spray, pressure and discharge in GPM as shown on the drawings. 2. All spray type sprinklers shall have a screw adjustment. 3. Riser/swing joint assemblies shall be fabricated in accordance with the irrigation construction details shown on the drawings. 4. Riser nipples for all sprinkler heads shall be the same size as the base opening in the sprinkler body. PART 3 — EXECUTION 3.01 INSPECTION: A. Site Conditions: 1. All scaled dimensions are approximate. The Contractor shall check and verify all site dimensions. SP 40 OF 69 2. Exercise extreme care in excavating and working near existing utilities. Contractor shall be responsible for damage to utilities that are caused by his operations or neglect. Check existing utility drawings or call utility companies for existing utility locations. 3. Coordinate installation of sprinkler irrigation materials, including pipe, so there shall be no interference with utilities, other construction or planting or trees, shrubs and ground covers. 4. The Contractor shall carefully check all grades to satisfy him that he may safely proceed before starting work on the sprinkler irrigation system. Verify that the specified depths for buried materials and equipment can be maintained. 5. Verify that landscape irrigation systems may be installed in accordance with all pertinent codes, regulations, design, reference standards and the manufacturer's recommendations. Any installation not in conformance with the above shall be removed and returned at the Contractor's expense. 6. Grades shall be within a tolerance of +/- 0.10 foot prior to installing irrigation systems. 3.02 PREPARATION: A. Physical Layout: 1. The irrigation lines as indicated on the drawings are diagrammatic. All piping and equipment shall be installed within the project boundaries, even if shown outside the boundaries on the drawings. Equipment or piping shown outside the boundaries on the drawings is for design clarity only. Install all piping and equipment within planting areas. 2. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of sprinkler heads. Install all materials and piping to avoid conflict with trees, shrubs, and all underground utility services. Contact the Engineer immediately if obstructions prevent routing as denoted on plans. 3. Lay out irrigation emitters/heads and make any minor adjustments required due to differences between actual site conditions and the drawings. Adjustments shall be maintained within the original design intent and only after receiving approval from the Engineer. Do not exceed the maximum or minimum spacing indicated by the manufacturer. SP 41 OF 69 B. Water Supply: 1. Sprinkler irrigation system shall be connected to water supply points of connection as shown on drawings. 2. Connections shall be made at approximate locations as shown on the drawings. Contractor is responsible for minor changes caused by actual site conditions. C. Electrical Supply: 1. An electrical connection for automatic controller shall be made to electrical points of connection as shown on the drawings. 2. Connections shall be made at approximate locations as shown on the drawings. Contractor is responsible for minor changes caused by actual site conditions. 3.03 INSTALLATION: A. Trenching: 1. Dig trenches straight to support pipe continuously on bottom of the trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on the drawings or as noted. a. Provide for a minimum of eighteen- (18) inches cover for all pressure supply lines. b. Provide for a minimum of twelve- (12) inches cover for all non -pressure lateral lines. C. Provide for a minimum of eighteen- (18) inches cover for all control wiring. d. Refer to civil engineer's plans for boring or trenching across paving or under streets. B. Backfilling: 1. The trenches shall not be backfilled until all required tests are performed. Trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand or other approved materials, free from large clods of earth, stones, asphalt, concrete or other construction or organic debris such as plant refuse. Backfill shall be mechanically compacted in landscaped areas to a dry density equal to adjacent SP 42 OF 69 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. If settlement occurs and subsequent adjustments in pipe, valves, sprinkler heads, lawn or planting, or other construction are necessary, the Contractor shall make all required adjustments without cost to the City. C. 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 to the details on the drawings. 2. Install no multiple assemblies on plastic lines. Provide each assembly with its own outlet. 3. Install all assemblies specified herein in accordance with respective detail. In the absence of detail drawings or specifications pertaining to specific items required to complete work, perform such work in accordance with the best standard practice and with the manufacturer's specifications. 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. 4. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape shall be used on male threads on all threaded PVC to PVC, and on all threaded PVC to brass pipe connections. Red lead and boiled linseed oil shall be applied to male threads on all galvanized pipe connections. 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. 5. Open pipe or tubing ends shall be taped closed during installation to prevent any foreign matter from entering the system. D. Line Clearance: 1. All lines shall have a minimum clearance of twelve (12) inches from each other and from lines of other trades. Parallel lines shall not be SP 43 OF 69 installed directly over one another. In case of reclaimed water crossings, refer to local cross connection details and codes. 2. Place location tape 6" above all piping, low voltage and high voltage wiring. E. Automatic Controller: 1. Install controller per manufacturer's instructions. Remote control valves shall be connected to controller in numerical sequence as shown on the drawings. Wires designated for future use shall be of a different color than those being currently used. 2. When connections between the remote control valves and existing irrigation controller are called for on the plans the work will be coordinated with the City Engineer. Prior to start of work, test to ensure the integrity of the existing system and wires. Provide connections to new remote control valves and provide for proper timing and sequencing of new valves with all existing valves that are to remain on the existing irrigation controller. Provide a competent field technician or product representative to ensure the system and controls function to the satisfaction of the City Engineer. F. Remote Control Valves: 1. Install valves where shown on the drawings and per details. When grouped together, allow at least twelve (12) inches between valve boxes. Install each remote control valve in a separate valve box. Align boxes with adjacent paving in a neat manner, squared to the walk and each other. G. Flushing of System: 1. After all new sprinkler pipe lines and risers are in place and connected, and all necessary diversion work has been completed, and prior to installation of sprinkler heads, the control valves shall be opened and a full head of water used to flush out the system. 2. Sprinkler heads shall be installed only after flushing of the system has been accomplished. H. Sprinkler Heads: 1. Install the sprinkler heads or emitters as designated on the SP 44 OF 69 drawings. Sprinkler heads and/or emitters to be installed in this work shall be equivalent in all respects to those itemized on the drawings. 2. Spacing of sprinkler heads and/or emitters shall not exceed the maximum as indicated on the drawings. In no case shall the spacing exceed the maximum recommended by the manufacturer. 3.04 TEMPORARY REPAIRS: A. The City reserves the right to make temporary repairs as necessary to keep the sprinkler 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. 3.05 FIELD QUALITY CONTROL: A. Adjustment of the System: 1. The Contractor shall flush clean 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 at the contractor's cost. Adjustments may also include changes in nozzle sizes and degrees of arch as required. 3. Lowering or raising of sprinkler heads by the Contractor shall be accomplished within five (5) calendar days after notification by the Engineer. 4. All sprinkler heads shall be set perpendicular to finished grade unless otherwise designated on the plan. B. Testing of Irrigation System: 1. The Contractor shall request the presence of the E at the intervals listed below in advance of any testing. 2. The Contractor shall provide "walkie-talkies" for communication from the review area to the controller location. 3. The Contractor shall provide current record drawings at each review. 4. Before testing mainlines, fill the lines with water for a period of at least 24 hours. 5. All hydrostatic mainline testing shall be completed prior to the SP 45 OF 69 installation of remote control valves, quick couplers, or other valve assemblies. 6. Test all pressure mainline pipes under hydrostatic pressure of 150 PSI and prove watertight. Testing of pressure main line piping shall occur prior to installation of electric control valves or quick coupling valves. 7. All piping under paved areas shall be tested under hydrostatic pressure of 150 PSI and proved watertight, prior to paving. 8. Sustain pressure in tested lines for not less than two (2) hours. If leaks develop, replace joints and repeat test until entire system is proven watertight. 9. All hydrostatic tests shall be made in the presence of the Engineer. The test may be made in the presence of the General Contractor's superintendent only if written acceptance of the test is forwarded to the City and City Inspector immediately after testing. No pipe shall be backfilled until it has been observed, tested with all couplings exposed and all pipe sections center loaded, and approved in writing. 10. The Contractor shall furnish the force pump and all other test equipment necessary for the testing of the irrigation system. 11. The Contractor shall make all necessary provisions for thoroughly bleeding the line of air and debris. 12. When the sprinkler irrigation system is completed, perform a coverage test in the presence of the City Inspector, to determine if the water coverage for the planting areas is complete and adequate. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviation from plans, or where the system has been willfully installed as indicated on the drawings when it is obviously inadequate for field conditions. This test shall be accomplished before any groundcover or shrub material is planted. 13. Upon completion of each phase of work, the entire system shall be tested and adjusted to meet site requirements to the satisfaction of the City Inspector. 3.06 MAINTENANCE: A. The entire sprinkler irrigation system shall be accepted and under full automatic operation prior to any planting. B. The Contractor shall keep the irrigation system completely operational for the entire length of the Construction and Maintenance Phases or work. 3.07 CLEAN-UP: A. 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 SP 46 OF 69 broomed or washed down, and any damage sustained on the work or others shall be repaired to original conditions. 3.08 FINAL OBSERVATION PRIOR TO ACCEPTANCE: A. The Contractor shall operate each system in its entirety for the City Inspector at the time of final observation at the end of the Maintenance Phase. Any items deemed not acceptable by the City Inspector shall be reworked to the complete satisfaction of the City Inspector. B. The Contractor shall show evidence to the City Inspector that the City has received all accessories, charts, record drawings and equipment as required before the final observation can occur. C. The irrigation controller shall be certified by Hydro-scape. 3.09 OBSERVATION SCHEDULE: A. The contractor shall be responsible to establish a schedule of observations with the proper City staff. 308-4 Planting. Add to this section the following: SECTION 02900 LANDSCAPE PLANTING PART 1 - GENERAL 1.01 SCOPE OF WORK: A. Furnish all labor, materials, equipment, transportation, and services necessary to provide and install landscape planting as shown on the drawings and described herein. B. Related Work Specified In Other Sections: 1. Landscape Irrigation 2. Landscape Maintenance 1.02 QUALITY ASSURANCE AND REQUIREMENTS: A. Source Quality Control: 1. Arrange procedure for inspection of plant material with Engineer prior to work. Should the contractor desire the Engineer to inspect the plant material at the nursery prior to delivery, the Contractor shall notify the Engineer one week prior to this requested SP 47 OF 69 inspection. The Engineer shall invoice the Contractor for the inspection on an hourly basis, portal to portal, including any other expenses incurred. Said costs shall be borne by the Contractor and not back -billed to the City. All such invoices shall be paid to the Engineer prior to any other inspections by the Engineer to the project site. 2. Submittal of pictures will be allowed for general plant material review. Submittal of pictures shall not be considered as a final inspection of plant material. Final acceptance or rejection of plant material shall only be considered on-site with the actual plant material being considered. 3. Plant material for this project shall consist of the best plant material available. Material not meeting the Engineer's satisfaction, including multiple rejections, shall be returned to the nursery where it was obtained at no additional cost to the City. 4. For each plant specified the entire required quantity will be provided from one nursery source. All specimens of a particular type shall be matched in their size, age and vigor. A. Certificate of Inspection of plant material by State or Federal Authority shall be presented if requested by the City. 1.04 PRODUCT DELIVERY. STORAGE AND HANDLING: A. Delivery: 1. Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trademark, and conformance to state law. 2. Deliver plants with legible identification labels. a. Label trees, evergreens, bundles of containers of like shrubs, or groundcover plants. b. Use durable waterproof labels with water-resistant ink which will remain legible for at least 60 days. 3. Protect plant material during delivery to prevent damage to root ball or desiccation of leaves. SP 48 OF 69 4. The Contractor shall notify the Engineer forty eight (48) hours in advance of delivery of all plant materials and shall submit an itemized list of the plants. B. Storage: 1. Store plant material in the shade and protect from the weather. 2. Maintain and protect plant material not to be planted within four (4) hours. C. Handling: 1. Do not drop plant materials. 2. Do not pick up container plant material by stems or trunks. 1.05 JOB CONDITIONS: A. Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted industry practice. 1.06 SAMPLES AND TESTS: A. The City reserves the right to take and analyze samples of materials for conformity to specifications at any time. Rejected materials shall be immediately removed from the site at the Contractor's own expense. The cost of testing of materials not meeting specifications shall be paid by the Contractor. B. The Contractor shall have soil samples tested after finish grades have been established to best represent the site soil conditions. Surface samples shall be taken with a trowel at 0" to 12" deep into finish grade. All samples shall be tested by an established soils laboratory for soil fertility and agricultural suitability. Each sample shall contain approximately one quart, but no less. Copies of the laboratory's recommendations including recommendations noted in the report for tropical plants shall be sent to the City and the Engineer upon receipt by the Contractor with a statement denoting any additional or deductive costs. The Contractor shall then install soil amendments and backfill to conform to the soil laboratory's recommendations by first requesting and receiving a written change order from the City. This report shall also contain recommendations for palm tree sub -soil drainage, import soil for over native soil, and/or any other special conditions particular to the project site and design. Special consideration should be given the soil samples for the presence of soil sterilants as the planting areas were prior under paving. The City may request additional testing of finish grades to determine actual amendment rates per 1.06 A above. The contractor shall include the plant list from the Planting plans along with the soil samples for SP 49 OF 69 compatibility comparison by the soils laboratory. 1.07 GUARANTEE AND REPLACEMENT: A. All plant material installed under the contract shall be guaranteed against any and all poor, inadequate or inferior materials and/or workmanship for a period of one (1) year from the effective date of completion of the Maintenance Phase of the project as established by the City. Any plant found to be dead or in poor condition due to faulty materials or workmanship, as determined by the Engineer, shall be replaced by the Contractor at his expense. Material to be replaced within this guarantee period shall be replaced by the Contractor within seven (7) days of written notification by the City. B. Any materials found to be dead, missing or in poor condition during the Maintenance Period shall be replaced immediately. The Engineer shall be the sole judge as to the condition of the material. C. Contractor shall provide a written one-year guarantee, on Contractor's letterhead and signed by the Contractor's designated representative, to the City for all landscape material installed under this contract. PART 2 — PRODUCTS 2.01 MATERIALS: A. The following organic and soil amendments and fertilizer are to be used for bidding purposes only. Specific amendments and fertilizer specification will be made after grading operations are complete and soil samples are tested by the Contractor. B. All materials shall be of standard, approved and first grade quality and shall be in prime condition when installed and accepted. Any commercially processed or packaged material shall be delivered to the site in the original unopened container bearing the manufacturer's guaranteed analysis. Contractor shall supply the Engineer with a sample of all supplied materials accompanied by analytical data from an approved laboratory source illustrating compliance or bearing the manufacturer's guaranteed analysis upon request. C. Organic Material: 1. Nitrogen Stabilized: 0.56 to 0.84% N based on dry weight for redwood sawdust. 2. Particle Size: 95%-100% passing 6.35mm standard sieve; 80%- SP 50 OF 69 100% passing 2.33mm standard sieve. 3. Salinity: The saturation extract conductivity shall not exceed 3.5 millimhos/centimeter at 25 degrees centigrade as determined by saturation extract method. 4. Iron Content: Minimum 0.08% dilute acid soluble Fe on dry weight basis. 5. Ash: 0-6.0% (dry weight). D. Soil Amendments: 1. Gypsum: Agricultural grade product containing 98% minimum calcium sulfate. 2. Planting tablets: a. Slow-release type, containing the following percentages of nutrients by weight: 20% nitrogen 10% phosphoric acid 5% potash b. 21 gram tablets as manufactured by Agriform or approved equivalent, application and quantities per manufacturer's recommendations. E. Imported Topsoil: 1. Imported Topsoil required for the medians, tree wells, planters, and bulb -outs planters shall be furnished by a City approved supplier. 2. Imported Topsoil shall consist of 80% Class A Screened Sandy Loam Soil; 20% GPS (General Purpose Soil Amendment). Plus full complement of standard and slow release nutrients and organic - based nutrients. 3. Before excavating existing soil, the surface at the source of supply is to be stripped to a depth of two inches in order to remove weed seeds, roots, etc. Imported topsoil shall consist of either fine sand or loamy sand textured soil meeting the following specifications: Silt plus clay content of the top soil shall not exceed 30% by weight with a minimum 95% passing the 2.0 millimeter sieve. The sodium absorption ratio (SAR) shall not exceed 6 and the electrical conductivity (ECe) of the saturation extract of the soil shall not SP 51 OF 69 exceed 3.0 millimhos/centimeter at 25 degrees Centigrade. The boron content of this soil shall be no greater that 1 ppm as measured on the saturation extract. The pH shall not exceed 7.0 and be not less than 6.0. In order to insure conformance, samples of the import soil shall be submitted to a qualified soil laboratory for analysis prior to shipping. The source of soil shall be free from Bermuda grass and other noxious weeds or grasses. Topsoil shall be free from refuse, heavy roots, clay lumps, stones larger than one inch in size, noxious weeds, sticks, brush, litter and other deleterious substances. In no case shall there be more than five percent by volume of the following: stones larger than one inch, coarse sand, and small clay lumps. The Contractor shall furnish the City with the proposed source or sources of topsoil to be used at least fifteen (15) working days prior to delivery. The Contractor at his own expense, shall obtain soil samples from his intended topsoil source and have a soil analysis performed by a soil testing laboratory to ensure conformity with the preceding specifications. Topsoil shall not be delivered to the work site prior to approval by the City. Any delay caused by the failure of soil tests to meet these specifications shall be the sole responsibility of the Contractor. F. Plant Material: 1. Plants shall be in conformance with the California State Department of Agriculture's regulation for nursery inspections, rules and rating. All plants shall have a normal habit of growth and shall be sound, healthy, vigorous and free of insect infestations, plant diseases, sunscalds, fresh abrasions of the bark, excessive abrasions, or other objectionable disfigurements. Tree trunks shall be sturdy and well "hardened" off. All plants shall have normally well-developed branch systems, not sparse, irregularly spaced, thin branched or having off -balanced head. All shall have vigorous and fibrous root systems that are not root or pot-bound. The root conditions of the plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than two plants of each species or variety. Where container -grown plants are from several sources, the roots of not less than two plants of each species or variety from each source will be inspected. In case the sample plants inspected are found to be defective, the Engineer reserves the right to reject the entire lot or lots of plants represented by the defective samples. The City is the final judge of acceptability. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will be SP 52 OF 69 provided at the expense of the Contractor. 2. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock unless specified otherwise in these specifications or as otherwise specified in the drawings. The minimum acceptable size of all plants, measured before pruning with the branches in normal position, shall conform to the measurements, specified on the drawings. Plants larger in container size than specified may be used with the approval of the Engineer. But the use of larger plants will make no change in contract price. If the use of larger plants is approved, the ball of earth or spread of roots for each plant will be increased proportionately. 3. Rejection or substitutions: a. All plants not conforming to the requirements herein specified, shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site of the work and replaced with new plants at the Contractor's expense. The plants shall be of the species, variety, size and condition specified herein or as shown on the drawings. Under no conditions will there be any substitution of plants or sizes listed on the accompanying plans, except with the expressed written consent of the Engineer. 4. Pruning: a. At no time shall trees or plant materials be pruned, trimmed or topped prior to delivery. Any alteration of their shape shall be conducted only with the approval and when in the presence of the Engineer. 5. Plant material shall be true to botanical and common name and variety as specified in, "A Checklist of Woody Ornamental Plants in California," Manual 32, published by the University of California School of Agriculture (1963). 6. Nursery Grown and Collected Stock: a. Grown under climatic conditions similar to those in locality of the project. b. Container -grown stock in vigorous, healthy condition not root -bound or with root system hardened off. SP 53 OF 69 C. Use only liner stock plant material that is well-established in removable containers or formed homogeneous soil sections. 7. Substitute plant material will not be permitted without specific written approval by the Engineer. G. Mulch Cover: 1. All shrub planting shall receive a surface layer of nitrogen fortified shredded tree and plant material mulch. Provide depth of 2" minimum over finish grade in general planting areas. No bare earth shall be showing through mulch cover. Curbs, walks, or other paving shall be located 1" over the top of the mulch cover. H. Miscellaneous Materials: 1. Sand: a. Washed plaster sand or equivalent. 2. Herbicides: a. Pre -emergent herbicide: Ronstar or equivalent b. Post -emergent herbicide: Round -up or equivalent PART 3 — EXECUTION 3.01 INSPECTION: A. Verify that final grades have been established prior to beginning planting operations. B. Inspect trees, shrubs, and liner stock plant material for injury, insect infestation and trees and shrubs for improper pruning. C. Do not begin planting until irrigation mainline pressure test and irrigation coverage tests are accepted. 3.02 PREPARATION: A. Stake out locations for plants and outline of planting beds on the ground with non-toxic substance as gypsum. B. Do not begin excavation until plant locations and plant beds are acceptable to the Engineer. 3.03 INSTALLATION: A. Excavation for Planting: 1. Pits and Trenches: a. Shape: 1. Dig vertical sides and flat bottom on all pits and trenches. 2. Plant pits to be square for box material, and circular for canned material. b. Size: All plant pits for shrubs shall be dug twice the diameter and the exact depth of the root ball. 2. Refer to the plans for the size of tree plant pits. B. Preparation of Planting Areas: 1. The following materials and rates are included for bidding purposes only. Once the soils report has been reviewed and bid costs adjusted accordingly, the City shall issue a field notification for the actual amendments, rates, and manner of installation. Amendments must be incorporated to a minimum depth of 6" by mechanical means, rototilling. The following materials and rates are for bidding purposes only, a. Tree and Shrub Backfill: 1. 6 parts by volume on-site soil 2. 4 parts by volume nitrogen stabilized organic amendment 3. 1 Ib. 12-12-12 fertilizer per cu. yd. 4. 10 lbs. agricultural gypsum per cu. yd. 5. 2 lbs. iron sulfate per cu. yd., (keep from all hard surfaces, as iron sulfate can stain) b. Soil preparation for planting areas (per 1000 square feet of planting area). 1. 4 cubic yards nitrogen stabilized organic amendment. 2. 200 pounds Grown Power Plus 3. 20 pounds sulpher 2. All soil areas shall be compacted and settled by application of SP 55 OF 69 heavy irrigation to a minimum wetted depth of twelve (12) inches. C. Final Grades: 1. After the foregoing specified deep watering, minor modification to grade may be required to establish the final grade. These areas shall not be worked until the moisture content has been reduced to a point where working it will not change soil structure. a. Finish grading shall insure proper drainage of the site. b. All areas shall be graded so that the final grades will be 3" below adjacent paved areas, sidewalks, top of curbs, and valve boxes in shrub/tree areas prior to installation of 2" mulch. C. Eliminate all erosion scars. d. At time of planting, the top two (2) inches of all areas to be planted shall be free of stones, stumps, or other deleterious matter one (1) inch in diameter or larger, and shall be free from all wire, plaster, or similar objects that would be a hindrance to planting or maintenance. e. Finish grading shall be consistent and free from undulations, irregularities or depressions. Areas filled by floating loose soil into depressions shall be thoroughly watered to ensure compaction. D. Dispose of Excess Soil: 1. Dispose of unacceptable or unused excess soil off-site in a manner consistent with local codes. E. Maintenance of Final Grades: 1. It shall be the responsibility of the Contractor to maintain the final grades throughout the Construction Phase. All erosion and settling shall be properly repaired at the Contractor's own cost to the City's satisfaction. Any slope soil run-off onto adjacent paving areas shall be cleaned regularly by the Contractor. 3.04 PLANTING INSTALLATION A. General: 1. Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted practice, as approved by the City Inspector. SP 56 OF 69 2. Only as many plants as can be planted and watered on that same day shall be distributed in a planting area. 3. Containers shall be opened and plants shall be removed in such a manner that the ball of earth surrounding the roots is not broken. The plants shall be planted and watered as herein specified immediately after removal from the containers. Containers shall not be opened prior to placing the plants in the planting area. B. Weed Control: 1. After soil preparation and establishment of final grades prior to any planting, the Contractor shall irrigate thoroughly for a period of time, two to three weeks, until the weed seeds have germinated. When there is sufficient weed seed germination, the Contractor shall apply a post -emergent contact herbicide according to the directions of the manufacturer, conforming to any and all codes affecting herbicide handling and use. No water should be applied for 7 days after the herbicide application; then for 10 subsequent days resume irrigation before repeating herbicide application for a second time.. 2. The contractor shall then wait an additional two (2) weeks to allow the herbicide to dissipate, then plant as indicated in the plans and specifications. 3. The Contractor shall remove any residual foliage. Roots shall be removed except on slopes 2:1 or greater where they shall remain to add to the slope's stability. 4. The City shall be made aware of the scheduling impacts of the weed abatement period prior to starting landscape work. C. Lay -out of Major Plantings: 1. Locations of plants and outlines of areas to be planted shall be marked on the ground with gypsum by the Contractor before any plant pits are dug. All locations as noted on the Planting Plans shall have actual plants provided and layed out on the medians for approval by the City Inspector prior to installation. The contractor shall establish a schedule for review of these sample areas with the City Inspector prior to overall project plant layout. If an underground construction or utility line is encountered in the excavation of planting areas, notify the City immediately to clarify if the utility line is dangerous. Other locations for planting may be selected by the City Inspector. D. Planting of Trees and Shrubs: SP 57 OF 69 1. Excavation for planting shall include the stacking of all acceptable topsoil encountered within the areas to be excavated for trenches, tree holes, plant pits and planting beds. 2. Excess soil generated from the planting holes and not used as backfill or in establishing the final grades shall be removed from the site in a manner consistent with all local codes. 3. Protect all areas from excessive compaction when trucking plants or other materials to the planting site. 4. All excavated holes shall have vertical sides with roughened surfaces. 5. Center plant in pit or trench. 6. Face plants with fullest growth into prevailing wind, unless otherwise directed by the City Inspector. 7. Set plants plumb and hold rigidly in position until soil has been tamped firmly around root ball. 8. All plants which settle deeper than specified above shall be raised to the correct level. After the plant has been placed, additional backfill shall be added to the hole to cover approximately one-half of the height of the root ball. At this stage, water shall be added to the top of the partly filled hole to thoroughly saturate the root ball and adjacent soil. 9. Can Removal: a. Cut cans on two sides with an acceptable can cutter. b. Do not injure root ball. C. Do not cut cans with a spade or ax. d. Carefully remove plants without injury or damage to the root ball. e. After removing the plant, superficially cut edge -roots with a knife on three sides. 10. Box Removal: a. Remove bottoms of plant boxes before planting b. Remove sides of box without damage to root ball after positioning plant and partially backfilling. 11. Hand backfill and hand tamp leaving a slight depression around SP 58 OF 69 bases of plants. a. After the water has completely drained, planting tablets shall be placed as indicated on the manufacturer's specifications. 12. Backfill the remainder of the hole. 13. Planting tablets shall be set with each plant on the top of the root ball, at the rate recommended by the manufacturer, while the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified. 14. Pruning: a. Pruning shall be limited to the minimum necessary to remove injured twigs and branches and to compensate for loss of roots during transplanting, but never to exceed one- third of the branching structure. 15. Staking and Guying: a. Staking of all trees shall conform to tree staking and tree guying details. b. One tree of each size shall be staked and approved by the City Inspector prior to continued staking. E. Planting of Palm Trees Palm inspection prior to delivery to job site: 1. All palms shall be inspected by a representative from the City of Newport Beach at the nursery or supplier prior to delivery to the job site. 2. The City and/or designated representative reserves the right to reject any palm delivered to the site that does not meet the desired appearance and size specified. 3. Ball and burlap (B&B) palms supplied for this project shall be dug with the largest root ball possible, using sharp clean cuts. The root balls should be kept moist during transport to the site. F. Handling Palms 1. All palms should be planted immediately upon arrival at the job site. If the palm tree cannot be planted directly from the truck they should be laid on their sides with the root ball completely covered with sand. Never cover the root ball with plastic this will increase the temperature killing the palm. SP 59 OF 69 2. Use adequate sized nylon slings for rigging the palms in preparation for lifting. Do not use steel cables to tug the palms into place. Use extra precautions to prevent disfiguration if the trunk. 3. Prior to standing the trees for setting into planting pits, the toes that hold the frond clusters should be examined to determine that they are of a single tie organic type twine. Ties with either low organic twine or multiple pieces may take longer than others to break. In extreme cases they may never break on their own and therefore will require cutting. The nursery shall avoid using twine that will require cutting during the maintenance period. 4. Before the palms are planted, apply fungicide to their crowns to prevent them from contracting "pink rot". The application of this fungicide is substantially more effective while the trees are lying down than it is after they have been planted. 5. In the event that the contractor will use a crane or other piece of heavy equipment, a thorough inspection should be made of the site regarding overhead electrical wires. The Contractor shall take extra responsibility while working in the area of electrical facilities. The contractor shall install palms being fully aware of all the OSHA rules and procedures involving crane operation. G. Palm Tree Planting Procedures 1. Soils tests shall be taken at a minimum of two (2) palm tree planting locations approved by the Engineer. If it is determined that a sub -drain media will be needed for the palm planting pits, refer to the palm tree planting detail for additional information. 2. The planting pit shall not be more than 25% to 30% greater than the root ball, except in cases where drains are necessary. Smaller pits may be more helpful in eliminating the possibility that the palms will lean as a result of settling. 3. After rigging the slings to the tree lift and set the tree into the planting pit while holding it rigged in a straight, plumed position. While the tree is still hooked and held straight by the crane, the backfilling process should begin. Palms shall be planted only in 100% course washed plaster sand. The contractor shall have the sand tested to determine the salt content. Under no circumstances shall sand with excessive salt levels be used for backfill. As the sand is being backfilled, a person shall be standing over the hole with a water hose jetting the sand. The sand, which is jetted, will set firmly to hold the palms straight. SP 60 OF 69 4. All palms shall be planted at grade level. Palm Tree Maintenance 1. Do not place newly planted palms on predetermined irrigation schedule. Many newly planted palms are killed due to over watering. A soil probe must be used to determine the soil moisture level within the root ball before additional water should be provided. An inspection tube shall be installed and shall be used during maintenance to monitor water conditions deeper within the planting hole. When in doubt let the soil dry out. 2. Ties should remain in place for a minimum of 60 days to protect the leaves from either drying out in the direct heat of the sun or breaking in the hot, dry winds. 3. After the first 60 days, when palms begin pushing new fronds, a light fertilization program shall be applied. 3.05 CLEAN-UP A. After all planting operations have been completed, remove all trash, excess soil, empty plant containers and rubbish from the property. All scars, ruts or other marks in the ground caused by this work shall be repaired and the ground left in a neat and orderly condition throughout the site. The Contractor shall pick up all trash resulting from this work no less frequently than each Friday before leaving the site, once a week, and/or the last working day each week throughout the Construction Phase. All trash shall be removed completely from the site. B. The Contractor shall leave the site area broom -clean and shall wash down all paved areas within the contract area, leaving the premises in a clean condition throughout the Construction Phase. 308-6 Maintenance and Plant Establishment. Add to this section the following: SECTION 02970 LANDSCAPE MAINTENANCE PART 1 —GENERAL 1.01 SCOPE OF WORK: A. Furnish all labor, materials, transportation, and services necessary to provide landscape maintenance to the project as described herein. B. Related Work Specified In Other Sections: 1. Landscape Irrigation SP 61 OF 69 2. Landscape Planting 1.02 GENERAL MAINTENANCE: A. The length of the maintenance period shall be ninety (90) days. B. Maintenance of plant materials shall include, but not be limited to, trimming, pruning, watering, fertilization, weed control, cultivation, pest control and clean up. The Contractor shall keep the site in a state of perpetual growth and repair. Irrigation maintenance shall include periodic operation of the system, adjustments, and minor repairs as necessary. C. All hardscape shall be kept clear of debris from the maintenance operations, erosion, run-off, irrigation, or windblown debris. Cleanup of walks shall be the Contractor's responsibility. Street gutters shall be included within the debris/siltation removal program. D. The Contractor shall provide a general clean-up operation at least once a week for the purpose of removing trash or debris which may accumulate from the use of the area, windblown debris, or other refuse. E. All personnel on the project shall be well-trained, clean, neat at all times, and be conversant with these specifications. F. All work shall be performed in accordance with the best landscape maintenance practices and in keeping with the high aesthetic level of the facilities being maintained. G. Contractor shall be responsible for removing all weeds in joints of curbs, and hardscape throughout the project. H. All landscape areas shall be patrolled weekly to check for vandalism damage, broken tree branches, rodents, insects, pests, and diseases. Water management: 1. Water only as required to allow penetration into the soil and avoid excess run-off. Once plant material is established, water only as needed to maintain healthy plant material. 2. Avoid water waste by setting controllers appropriately for the current season and weather. J. Avoid blocking the clear view of signs, illumination of light fixtures, and conflict with pedestrians and vehicles or their views. SP 62 OF 69 K. Safety of users shall be a prime goal of maintenance especially in regard to pruning of trees and trimming of plants away from walkways and/or structures. L. The Contractor, at his own expense, shall replace all plant material that has failed during the maintenance phase. Said plant replacement shall be completed within five (5) working days upon City's notification. 1.03 QUALITY ASSURANCE: A. Work Force: 1. The Contractor's representative shall be experienced in landscape maintenance and shall have received an education in ornamental horticulture. The Contractor shall give his personal supervision to the work or shall have a competent foreman on the job site at all times during progress of the work. 2. The Contractor shall provide and maintain a current list of emergency telephone numbers for 24-hour emergency response. The Contractor shall initiate remedial action within two (2) hours from the time of notification. 1.04 MAINTENANCE PHASE: A. The Contractor shall continuously maintain all areas involved in this contract during the progress of the work and during the Maintenance Phase until final acceptance of the work by the City. B. Improper maintenance or poor condition of any plantings as determined by the Engineer, during or at the end of the scheduled maintenance period may cause postponement of the final completion date of the contract. Project maintenance shall be continued by the Contractor until all work is acceptable to the City. C. Projects will not be segmented into separate Maintenance Phases. D. Any period of time the Contractor fails to adequately maintain plantings, replace unsuitable plants, perform weed control or other work, as determined by the City, that time will not be credited to the plant maintenance period, and shall be added on the end of the Maintenance Phase. E. The Contractor's maintenance period shall be extended to the City's satisfaction should the provisions within these plans and specifications not be fulfilled to the City's satisfaction, at the sole discretion of the City. SP 63 OF 69 1.05 START OF MAINTENANCE PHASE: A. The Maintenance Phase shall not start until all elements of construction, planting, and irrigation for the entire project are complete. B. The Contractor shall request an inspection to begin the Maintenance Phase after all planting and related work has been completed in accordance with the contract documents. If such criteria are met to the satisfaction of the City, a written notification shall be issued to the Contractor from the City, to establish the effective beginning date of the Maintenance Phase. The City has the ultimate authority in setting the beginning date for the Maintenance Phase. 1.06 GUARANTEE AND REPLACEMENT: A. All plant material installed under the contract shall be guaranteed against any and all poor, inadequate or inferior materials and/or workmanship for a period of one year. This guarantee shall begin from the date of final acceptance at the end of the Maintenance Phase as established by the City. Any plant material found to be dead, missing or in poor condition as determined by the Engineer, shall be replaced by the Contractor at his expense. B. Any materials found to be dead, missing, or in poor condition as determined by the Engineer, during the Maintenance Phase shall be replaced immediately, not at the end of the Maintenance Phase prior to inspection. The Engineer shall be the sole judge as to the condition of material. Material to be replaced within the guarantee period shall be replaced by the Contractor within five (5) working days. 1.07 FINAL PROJECT SUBMITTALS: A. Prior to the date of the final inspection at the end of the Maintenance Phase, the Contractor shall acquire from the Engineer mylar prints at the Contractor's expense, and record from the job record set all changes made during construction, label as 'Record Drawings", and deliver to the City . Prior to the date of final inspection at the end of the Maintenance Phase, the Contractor shall deliver to the City the "Landscape and Irrigation Guarantee" as required. All other submittals as incorporated in the Irrigation and Planting Specifications shall also be completed prior to the final acceptance by the City. PART 3 — EXECUTION 3.01 MAINTENANCE: A. Maintenance shall conform to the following standards: SP 64 OF 69 1. All areas shall be kept free of debris and all planted areas shall be weeded and cultivated at intervals of not more than seven (7) calendar days. Watering, edging, trimming, fertilization, spraying and pest control, as may be required, shall be included in the maintenance period. 2. The Contractor shall be responsible for maintaining adequate protection of the entire project area. Damaged areas caused by erosion, tire damage, graffiti, pests or other damage as deemed by the City shall be repaired at the Contractor's expense. 3. All sidewalks, paved areas and other areas adjacent to the planting areas shall be cleaned of all debris, soil, or other materials at intervals of not more than seven (7) days. 4. The Contractor shall be responsible for attending regular on-site maintenance inspection with the City's designated representative. 3.02 TREE AND SHRUB CARE: A. Watering: 1. Maintain a large enough water basin around plants in groundcover areas so that enough water can be applied to establish moisture through the major root zone. When hand -watering, use a water wand to break the water force. Use mulches to reduce evaporation and frequency of watering. B. Pruning: 1. Shrubs: a. Shrubs shall not be clipped in balled or boxed forms unless such is required by the design. b. All burning cuts shall be made to lateral branches or buds or flush with the trunk. Stubbing will not be permitted. C. Remove any spent blossoms or flower stalks after flowering. d. Hedges and most plant masses shall be pruned into a mass form, not individual plant balls or boxes. e. All shrubs that normally require mowing or severe cutting back for horticultural reasons shall be cut back only after approval to do so by the Engineer. 2. Trees: a. Tree shall only be pruned after consultation or direction of SP 65 OF 69 City Engineer. Dead or Dying branches or safety issues shall be brought to the attention of the City Engineer and immediately removed. C. Staking and Guying: 1. Remove stakes and guys as soon as they are no longer needed. Stakes and guys are to be inspected to prevent girdling of trunks or branches and to prevent rubbing that causes bark abrasions. Trees found damaged shall be replaced at the Contractor's expense. D. Weed Control: 1. Keep basins and areas between plants free of weeds. Use recommended legally approved pre -emergent herbicides and removal by hand methods. Avoid frequent soil cultivation that destroys shall roots. Use mulches to help prevent weed seed germination. Avoid post -emergent herbicides in groundcover areas where overspray may kill young rooted cuttings. 2. Use of chemical spraying may be necessary to rid turf areas of noxious weeds. E. Insect Control: 1. Maintain a reasonable control with approved materials and methods that are legally accepted in the area. F. Disease and Pest Control: 1. The Contractor shall be responsible to control all diseases and pests during the Maintenance Phase. All disease and pest control materials and methods shall be at the direction of a licensed pest control operator. The City shall be made aware of all methods and materials to be used for disease and pest control. The Contractor shall implement the control measures exercising extreme caution in using pesticides and taking all necessary steps to ensure the safety of the public. G. Fertilization: 1. Fertilize all planting areas with the following materials. These materials and schedules are intended for bidding purposes only. Actual materials and rates shall be specified in the project soil fertility and agricultural suitability report. Any changes in cost from these specifications shall be approved in writing from the City prior SP 66 OF 69 to any work. a. Beginning of Maintenance Phase: Ammonium sulfate 5 lbs./1,000 sq.ft. b. End of first 30 days: Ammonium sulfate 5 lbs./1,000 sq.ft. C. At additional 60 day periods: Granular Fertilizer 16-6-8 6 lbs./1,000 sq.ft. 2. Avoid applying fertilizer to the root ball and base of main stem; rather spread evenly under plant to the drip line. Rates will vary from about a cup of nitrate fertilizer, (depending on nitrogen percentage) around a newly planted small plant, to about one-half (1/2) Ib. of actual nitrogen per inch of trunk diameter measured four feet from the ground for mature trees. 3.03 IRRIGATION SYSTEM A. The Contractor shall check all systems for proper operation a minimum of once a month. Lateral lines shall be flushed out after removing the last sprinkler head or two at each end of the lateral as deemed necessary. All heads are to be adjusted as necessary for 100%, head-to-head coverage. B. Set and program automatic controllers for seasonal water requirements. The Contractor shall adjust his watering schedule equal to the application rate each area is capable of receiving based on topography, soil type, plant material, season, and weather. Give City a key to controllers and instructions on how to turn off the system in case of emergency. C. Repair all damages to the irrigation system at the Contractor's expense. Repairs shall be made within one watering cycle. All replaced equipment shall match the equipment specified on the plans and specifications. 3.04 FINAL ACCEPTANCE A. The Contractor shall be aware that the landscape shall be in a vigorous and thriving condition prior to final acceptance. All plant material which may still be under stress from the Construction Phase shall at this time be rejected and replaced by healthy and vigorous plant material prior to final acceptance. B. All plant material shall have new growth trimmed neatly. SECTION 310 --- PAINTING 310-5 PAINTING VARIOUS SURFACES SP 67 OF 69 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: '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 the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.25 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. 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 the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to SP 68 OF 69 apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following Section: 310-5.6.11 Pavement Markers. "All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290." SECTION 312 --- PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." Add the following Section: SECTION 313 --- SIGNAGE 313-1 GENERAL. Sign shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). New Sign Posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2'/ inch unistrut (OD) base. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Sign mounting hardware and brackets shall be stainless steel. Anti -seize lubricant shall be applied to mounting hardware prior to installation. Signs shall be installed at a clear height of seven feet in pedestrian areas and eight feet on bicycle sidewalks and pathways unless otherwise shown on plans. Location of signs shown on plans is approximate and shall be approved by the City prior to installation. SP 69 OF 69 PART 4 SECTION 400 ---ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400-2 UNTREATED BASE MATERIALS 400-2.1 General 400-2.1.1 Requirements. Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." GENERAL NOTES _ SHEETINDEX 1. ALL WORK DETAILED ON THESE PLANS TO BE PERFORMED UNDER CONTRACT SHALL BE CONSTRUCTED IN 1 T.1 TITLE SHEET ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION", 2009 EDITION 2 CA TYPICAL SECTIONS & CONSTRUCTION DETAILS AND SUPPLEMENTS TO DATE EXCEPT AS OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL , W 3 C.2 (5+60 TO 10+25) STREET IMPROVEMENTS PROVISIONS, OR IN THIS CONTRACTS SPECIAL PROVISIONS. 9ii I II y 4 C.3 (10+25 TO 23+00) STREET IMPROVEMENTS 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE 5 CA (23+00 TO 34+40) STREET IMPROVEMENTS RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD PRIOR TO BEGINNING CONSTRUCTION. CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIRS TO ANY UTILITIES DAMAGED DURING j �+[ 6 C.5 (34+40 TO 47+75) STREET IMPROVEMENTS SCOPE OF WORK. � 7 C.6 (47+75 TO 60+00) STREET IMPROVEMENTS 3. ALL EXPOSED CONCRETE SURFACES SHALL CONFORM IN GRADE, COLOR, DIMENSION, AND FINISH TO/ "11��^y j 8 C.7 (36+50 TO 48+00) STREET IMPROVEMENTS ENLARGEMENT ADJOINING IMPROVEMENTS. 0 9 C.8 INTERSECTION DETAILS - BALBOA/COAST 4. P.C.C. SHALL BE CLASS 560-C-3250 HIGHWAY INTERSECTION 5. CONTRACTOR SHALL ADJUST CITY UTILITIES (e.g. WATER VALVES, ELCTRICAL, STREET LIGHT, SCO, SURVEY MONUMENTS, SEWER AND STORM DRAIN MANHOLES) FRAMES AND COVERS TO FINISHED GRADE. ALL OTHER 10 C.9 (4+00 TO 29+50) SIGNING & STRIPING 11 C.10 (29+50 TO 60+00) ,SIGNING & STRIPING UTILITIES SHALL BE ADJUSTED TO GRADE BY OTHERS. 12 C.11 TRAFFIC CONTROL 6. PROPOSED PAVEMENT AND CURB AND GUTTER SHALL JOIN AND MATCH LINE AND GRADE OF EXISTING IMPROVEMENTS UNLESS NOTED OTHERWISE. r } 13 LCA LANDSCAPE CONSTRUCTION PLAN 14 LC.2 LANDSCAPE CONSTRUCTION PLAN 15 LC.3 LANDSCAPE CONSTRUCTION PLAN 16 LCA LANDSCAPE CONSTRUCTION PLAN 17 LC.5 LANDSCAPE CONSTRUCTION PLAN 18 CDA CONSTRUCTION DETAILS 19 CD.2 CONSTRUCTION DETAILS ``. IFO 20 CD.3 CONSTRUCTION DETAILS 21 CDA CONSTRUCTION DETAILS 22 LI.1 IRRIGATION PLAN LANDSCAPE IMPROVEMENT NOTES 23 L1.2 IRRIGATION PLAN 1. EXISTING UTILITIES SHALL BE MAINTAINED IN PLACE BY THE CONTRACTOR, UNLESS OTHERWISE NOTED IN 24 LI.3 IRRIGATION PLAN PLANS. 25 LIA IRRIGATION PLAN 2. THE CONTRACTOR SHALL ALSO NOTE THAT FIELD MARKINGS MADE BY VARIOUS UTILITIES USING 26 L1.5 IRRIGATION PLAN UNDERGROUND SERVICE ALERT (USA) SHALL BE CONSIDERED AS IDENTIFIED UTILITIES EVEN WHEN THEY 27 L1.6 IRRIGATION NOTES AND CALCULATIONS ARE NOT SHOWN ON PLANS. 28 LI.7 IRRIGATION DETAILS 3. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ANY DAMAGES IMPOSED, INTENTIONALLY OR 29 LPA PLANTING PLAN ACCIDENTALLY, TO EXISTING UTILITIES, BUILDINGS, OR OTHER AMENITIES, DUE TO THE ACTIONS OF THE CONTRACTORS, CONTRACTOR'S EMPLOYEES AND/OR CONTRACTOR'S SUBCONTRACTORS. 30 LP.2 PLANTING PLAN 4. CONSTRUCTION AND INSTALLATION OF ALL ITEMS WITHIN THESE DOCUMENTS SHALL REQUIRE CLOSE Pff PUBL IC WORKS' DhPAR 31 LP.3 PLANTING PLAN COORDINATION BETWEEN TRADES INVOLVED IN UNDERGROUND AND UTILITY INSTALLATION, AND TREE ME I 32 LPA PLANTING PLAN LOCATION. THE CONTRACTOR'S WORK FORCE SHALL CONSIST OF PERSONS SKILLED IN THEIR TRADE 33 LP.S PLANTING PLAN COVERED BY THIS SCOPE OF WORK. APPRENTICES AND/OR UNSKILLED LABORERS SHALL BE UNDER THE DIRECT SUPERVISION OF SKILLED TRADESMEN AT ALL TIMES. REFER TO SPECIFICATIONS. 34 LP.6 PLANTING DETAILS AND NOTES 5. THE CONTRACTOR SHALL KEEP THE PREMISES CLEAN AND FREE OF EXCESS EQUIPMENT, MATERIALS AND RUBBISH INCIDENTAL TO HIS WORK. ALL RUBBLE, TRASH, DEBRIS OR UNWANTED MATERIALS RESULTING W E m E Wr"% " RT LA N Ra' 4' U/1% P I N U ww"Aw'JEUT 35 EA ELECTRICAL PLAN 36 E.2 ELECTRICAL PLAN FROM DEMOLITION OR CONSTRUCTION SHALL BE DISPOSED OF IN A LEGAL AND LAWFUL MANNER TO AN 37 E.3 SINGLE LINE DIAGRAMS & NOTES APPROVED DISPOSAL SITE. IF DEBRIS REMAINS ON SITE FOR MORE THAN 12 HOURS, UNLESS PRE -APPROVED BY THE ENGINNER, SUCH DEBRIS SHALL BE REMOVED BY THE CITY AT THE EXPENSE OF THE CONTRACTOR. Uff 00"'I"ALLN"301% B 0 "LEVARNIE) BEAtiTIRUATION 38 EA ELECTRICAL SPECIFICATIONS 6. THE CONTRACTOR SHALL COORDINATE AND VERIFY ALL IN -FIELD LAYOUT, DIMENSIONING OF WORK, GRADES AND ELEVATIONS, AND WORK SCHEDULES UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL VICINITY Y MAP CAREFULLY INSPECT THE SITE AND SHALL VERIFY ALL CONDITIONS AND DIMENSIONS PRIOR TO PROCEEDING WITH ANY WORK UNDER THIS CONTRACT. ANY DISCREPANCIES IN THESE DOCUMENTS SHALL BE BROUGHT C48`42 F 4 TO THE ATTENTION OF THE ENGINEER. THE CONTRACTOR SHALL NOT WILLFULLY IMPLEMENT ANY WORK DESCRIBED IN THESE DOCUMENTS WHICH IS OBVIOUSLY IN ERROR, INTERFERES WITH EXISTING SITE n FEATURES, OR CAUSES PROJECT COMPLICATION OR HARM. THE CONTRACTOR SHALL BE RESPONSIBLE FOR Hsu --wren VERIFYING THE SCALE OF THE DRAWING. WRITTEN DIMENSIONS TAKE PREFERENCE OVER SCALED DIMENSIONS AND SHALL BE VERIFIED ON THE SITE c'&� r � I, ' x,;� JOB AND ANY DISCREPANCY SHALL BE BROUGHT TO THE _ �, , a' ATTENTION OF THE ENGINEER.�` D• �� W=s -"' '. 7. THE CONTRACTOR SHALL AT ALL TIMES PROTECT HIS WORK FROM DAMAGE AND THEFT AND REPLACE ALL '" Ai R di �. $UPS&CBIk Ln. Fb V v+i Is . wP �° �Din 4�n „� P ssx DAMAGED OR STOLEN PARTS AT HIS EXPENSE UNTIL THE WORK IS ACCEPTED IN WRITING BY THE CITY. ) APPROVED: f //y lI DATE: r.' a;,,a. y F,' `°a. °a CONTRACTOR IS LIABLE FOR ALL DAMAGE G OR INJURY CAUSED BY ANY WORK OR STORAGE OF MATERIALS ON " PUBLIC WORKS DIRECTOR R.C.E. N0.3 z,.,, ti sr c� 7 ,a 1 1, 4 s "n. THE SITE. "" I a" F *sa . , 3 r� ell, d 8. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PERSONALLY VERIFYING WITH THE ENGINEER THAT ALL Nem sa,s`*r"'' e m r' �L v, �;_ M L ,.0 P COPIES OF THE CONSTRUCTION DOCUMENTS AND SPECIFICATIONS ARE CURRENT AND APPROVED FOR> APPROVED: DATE: "'fer_)'3 11 arr CONSTRUCTION. UBL.IC WOR DIRECTOR 1 CITY ENGINEER R.C.E. NO. -4422 -Ir ,I= a i.F. Knyl rsa f�z 2� =��� �• �� �� 9. THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION SCHEDULE AS REQUESTED BY THE CITY. THE �p� 4 9 � a� 8 � }� 32"fE �<c bat�l� ��� k �� WPB L Gras i e CaNK CONTRACTOR SHALL MAKE EVERY EFFORT TO ADHERE TO THE SCHEDULE AS INCORPORATED INTO THE CITY Sa ENGINEER'S MASTER SCHEDULE. THE S U CONTRACTOR SHALL ADHERE TO THE CONSTRUCTION SEQUENCE UNLESS NOTIFIED IN WRITING BY THE ENGINEER. APPROVAL RECOMMENDED: �1 pDATE: s:. MARK HARMON, MUNICIPAL OPERATIONS DEPARTMENT DIRECTORrauk, �y� k.l s a - O %' 7 tR EMERGENCY TELEPHONE NUMBERS ' APPROVAL RECOMMENDED: k_I ti'-- ` ' tt DATE: ANTONY BRINE, CITY TRAFFIC ENGINEER R.C.E. No. 45521 d,P i`i hF .T°�...: xWIik'A�;. ._,_ ��.;,w1. xyy� g ca a _ k -i, ^�Ji^N.% '-'?iVm M^k h��i?� x+Y✓ S Y 4 e, �I 'sR''ai `r` i"it{'M1 �L..E DAY NIGHT SOUTHERN CALIFORNIA GAS COMPANY {800} 427-2200 (800) 624-8153 a SOUTHERN CALIFORNIA EDISON COMPANY 691-1911 611-1911 V, .. : 1'i" *�✓F - V-�t'P' n� tv *' +,X 'sq, t^ ( .>D . x (800) (800) AT&T TELEPHONE COMPANY REVIEWED:. DATE: / -` Tip .' �� r I i L waw -. ° . x (949) 259-4458 or 611 949) 259-4458 or 611 ( CITY OF NEWPORT BEACH UTILITIES DEPARTMENT 949 d - ( ) 64 3011 (949)644 3717 II IE SENIOR CIVIL ENGINEER R.C.E. NO. 55329 I,r, .. ,, x TIME WARNER CABLE 714 338-2060 (714)388-2060 LOCATION MAF' V , • � � � i j � � �5"; COPS Py�G ��. i � ■ i . :i=` � • O B C� LL!ALJ •: L� L■ JL � _ : ==JL ==Jj ---- - - • O O• O O o ■ O O O• • ■ 0 0 ■ • ■ " N • NOT TO SCALE ����� v • BALBOA BLVD ■ • • �' o o• o o o 0 0 �P s I ' + ■ - o 0 o a• o a o yti '• �� - w I '• os uj -F m M M N NII c�a5 : N i i': .. •I Landscape Sheets > < Landscape Sheets Landscape Sheets Landscape Sheets► < Landscape Sheets LC.11 1-1.1, LP.1 LC.27 LI.2, LP.2 LC.31 LI.3, LP.3 LCAY LIA, LPA LC.51 LI.5, LP.5 C-4842 BENCHMARK BASIS OF BEARINGS PREPARED BY. ATTENTION IS DIRECTED TO THE POSSIBLE ORANGE COUNTY SURVEYOR SMARTNET NORTH AMERICA REF i}+y, TITLE S! I E E T - OF UNDERGROUND FACILITIES NOT KNOWN OR IN A LOCATION IN A LOCATION DIFFERENT FROM THAT WHICH IS SHOWN ON THE PLANS OR IN THE SPECIAL PROVISIONS. THE CONTRACTOR SHALL TAK£ STEPS TO ASCERTA{N THE EXACT LOCATION OF ALL BM N62-7-77 VERTICAL CONTROL -2005 ADJUSTMENT STATION -SPED HORIZONTAL CONTROL CCS83, ZONE VI, 2012.7500 *:. Fk.,a6 Y� r p ,„nF. K _ �pNO3CAp � ^;,. ,,. 'I', �,. }.. F '¢- M WA '� y SQG 1P �f"�j \\f/ r}••��],''�% (/�, f/.�� (f�� BA1-g A BOULEVARD A' BEAUTI F I I UNDERGROUND FACILITIES PRIOR TO DOING WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH THEIR SERVICE. DESCRIBED BY OCS 2002 FOUND 33/4'OCS ALUMINUM BENCHMARK DISK EPOCH ADJUSTMENT, �� .p ty F 4-, a . ,. +.... 1^ y U� F? Landscape Architects And Park Planners - V iY V/ STI V BEFORE EXCAVATING, THE CONTRACTOR SHALL VERIFY THE LOCATION OF UNDERGROUND UTILITIES BY CONTRACTING IJNOERGROLINp SI=RVICE ALERT AT B1 t STAMPED "NB2-7-77", SET IN THE SOUTHWEST CORNER OF A 7 FT. BY 4.5 FT. CONCRETE CATCH BASIN. MONUMENT IS LOCATED IN THE SOUTHEAST CORNER OF p Corporate[ Regional Corporate Office. Regional Officer , 3883 151 Kaunas Drive, Suite M$ 7$060 Celle Estrada y^,7 L+p.. cs Feb.. tar 5 Suit Cel J '■) ■ TA • - - THE INTERSECTION OF SUPERIOR AVENUE AND PACIFIC COAST HIGHWAY, 400 FT. EASTERLY OF THE CENTERLINE OF SUPERIOR AVE. AND 48 FT. SOUTHERLY OF THE 151 K Mesa, CA , La (O CA 92253 m. �" ,�t 714.641.1300 760.$$0.5165 'rrF `�" , " .... I3RAIhi. , I�c)36 S - CENTER MEDIAN ALONG PCH. MONUMENT IS SET LEVEL WITH SIDEWALK. a.. OF CP,-' IL,714.641.1323 GY PC: CITY OF NEWPORT BEACH -. a Facsimile 760.564.0369 Facsimile Imo. DATE li(riA t� IrE+A'tINS CKM: cv E: Pt s> X0,3 Df 1 38 ELEV.=8.57 FT.(2005 NAVD88) _ PUBLIC WORKS DEPARTMENT 3 m W V) LLX VARIES 50' w W W IVARIES 38'-42' 4' & VARIES 1 SHLDR TAPER VARIES 12' 8' 12' 12' 12' 12' 10' 5' ill?' 12' 12' 8'-12' EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING r/AA EXIS rING EXISTING EXISTING SHLDR SW SHLDR TRAVEL LN TRAVEL LN TRAVEL LN TRAVEL LN LEFT TURN TRAV8L LN TRAVEL LN TRAVEL LN A SAWCUT A MEDIAN A FULL DEPTH AC 12 AC PVMT AC PVMT BACKFILL WEST COAST HIGHWAY NO SCALE 52+68.51 to 54+24.07 BALBOA BLVD �A A AC PVMT 10 (TMP) FULL DEPTH AC i 3A ��� BACKFILL (TYP) FULL DEPTH AC 13/ F - 10 A 0 BACKFILL (TYP) 2 9 29 IGUTTER C&G Ni 17 A (�') 17 A (TYP) 7.0' r" 7.0 .� ---------------- 1 \ - CZ9C�) \\ m \ LA ¢ �� ALLEY i TYPICAL SIDEWALK JOIN NO SCALE /�r�ltl i� Q LA I Q I JOIN EXISTING PAVEMENT (TYP) 17 F-A4C PVMT C&G _TMP, _ r� A (TYP) 77 10 - - - -� FULL DEPTH AC 2 9 BACKFILL (TYP) TYPICAL BULBOUT SECTION NO SCALE ALLEY BULBOUT CONSTRUCTION BALBOA BLVD NO SCALE an* W W C&G A (T'P) ------- ----------�-- -----------j A SW SEE PLAN FOR TREE WELL LOCATIONS (TYP) NO SCALE 8+70.8± to 40+89.5± (RIVER AVE to 32nd ST) 11.0' & VARIES MEDIAN M 1.0' / /` JOIN EXISTING / PAVEMENT (TYP) A AC PVMT - - - - - (TYP) 10 -FULL DEPTH AC BACKFILL (TYP) BALBOA BLVD (5+60.6 to 6+24.9) NO SCALE 8.0' 5.0' NO ---- A SW SEE PLAN FOR TREE WELL LOCATIONS (TYP) I � VARIES - I 8'-12' -4) 0.5' VARIES (5 - M/W 14 PLANTING PER LANDSCAPE PLANS FENCE PLANTING PER LANDSCAPE PLANS 17' & VARIES AC PVMT BALBOA BOULEVARD NO SCALE 43+36.46 to 44+53.66 & 44+75.66 to 45+53.65 LIMITS OF SLEEVING �B ---------------- --------- 2.0' ----------- ------ ---- -� --�\ GUTTER/ m \\ A (TMP) PAVING�/ W L A C&G B (TYP) / FENCE PLANTING PER LANDSCAPE PLANS FA 26 19 AC & PCC PVMT 30th STREET NO SCALE 10+55.03 to 10+80.6 W AC PVMT � C&G (T,P) A vo 2.0' A (TMP) - - - - - FULL DEPTH AC 0 BACKFILL (TYP) SAND BACKFILL CD IRRIGATION MAINLINE/SLEEVE & WIRING SLEEVE. SIZE PER IRRIGATION PLANS. PROTECT EXISTING UTILITY CROSSINGS TYPICAL IRRIGATION SECTION IRRIGATION MAINLINE/SLEEVE & WIRING SLEEVE.�, ALLEY/ ( NO SCALE SIZE PER IRRIGATION PLANS. i STREET I PROTECT EXISTING UTILITIES WHEN CROSSING TYPICAL I R R I GAT I O N CONDUIT (�9 N W,A'K* A C&G (n'P) - - - - L._._ -._-------- TYPICAL SIDEWALK PLANTER 14+44.4± to 15+99.31 (44th ST ,o� 43rd ST) PER Mi AAI VARIES PER PLAN CURB (n'P) 1716 0 BALBOA BLVD NO SCALE GENERAL NOTES 1. EXISTING UTILITIES SHALL BE PROTECTED -IN-PLACE UNLESS OTHERWISE NOTED. 2. REMOVALS SHALL BE SAWCUT AT NEAREST JOINT. 8.0' 3. EXISTING TRAFFIC SIGNS SHALL BE IN PLACE DURING CONSTRUCTION AT ALL TIMES. 5.5' 4. EXISTING MEDIAN IRRIGATION SYSTEM & FACILITIES SHALL BE REMOVED/ABANDONED AS DIRECTED BY THE CITY. 10 DISPOSITION NOTES A C&G (TMP) 1 PROTECT -IN-PLACE (ITEM AS NOTED) --r-- - ---- REMOVAL NOTES A L----------- SW & REMOVE MEDIAN PAVING 2 REMOVE AC PAVEMENT & BASE TO 18" BELOW EXISTING SURFACE SEE PLAN FOR TREE 2B WELL LOCATIONS (TYP) REMOVE AC PAVEMENT & BASE FOR NEW PAVEMENT SECTION TYPICAL SIDEWALK PLANTER NO SCALE 16+52.4± to 26+99.6± (43rd ST to 38th ST) 31+99.6± to 39+68.6± (36th ST to 32nd ST) 1.0' i VARIES PER PLAN 1.0' NEW MEDIAN CONSTRUCTION BALBOA BLVD (12+82 to 13+48 & 41+70 to 58+44) NO SCALE 33 - REMOVE CONCRETE CURB O- REMOVE CONCRETE CURB & GUTTER & SOIL TO 18" BELOW EXISTING SURFACE REMOVE CONCRETE SIDEWALK/CURB RAMP & SOIL 7 REMOVE PALM TREE 8 CLEAR & GRUB a9 -- REMOVAL EXISTING & IMPORT TOP SOIL WITHIN 3" OF ADJACENT IMPROVEMENTS I (12" MIN FILL DEPTH) CONSTRUCTION NOTES 1 o SAWCUT 11 CONSTRUCT 6" TYPE 'A' CURB & GUTTER PER CITY STD -182-L 12 CONSTRUCT 8" TYPE 'A2' CURB PER CALTRANS STD A87A 13A CONSTRUCT 6" TYPE 'B' CURB PER CITY STD- 182-L 138 CONSTRUCT 8" TYPE 'B' CURB PER CITY STD -182-L 14 CONSTRUCT PCC SIDEWALK PER CITY STD -180-L 17 CONSTRUCT IMPROVEMENTS PER LANDSCAPE PLANS 19 CONSTRUCT 4" AC OVER 6" CMB OVER COMPACTED SUBGRADE C_4842 DO; r S 0) I i> $ f N� III ` 0 Y % � T CD _ S , >5 rr �. /'� � ,...,-'. ": //l ,,,,., ''82 `. -rEIR fp',. naV`L. ,,,r�i. " /yGj , - � ">� '` o,�`' fie✓ ,'°`' r(CNB) 7 //,' S� 54+24.07 EC - /� s F �✓ \;0:(6,42.0 Rt/ `P. 12'p ' i JOIN DUSTTINro, ` / : , " ( , •)-o' 54+10.86 BC \ / r 41.12' 1.12 r A DWY 30" VCP SEWER 53+94.02,,Efo, (OCSD) j ,,•� .tiR `, Y'f .-r �M -.-` �r� '� � ` A TEEL GAS 2yJf // iC, r "(GAS CO)r j / 6 • .-- A 5, SWC \ -- - / -- r a+80. \ 27" VCP R ABDN ^0" R GHT ELEC o ti�,� ,, •., \ 1' -' ` � -- �x jam" <;- �a , ,.-f' � i:."' r -'` �\. STR� U (SCE) • 52 79.68 r / ` EXISTING R \ Curve Table Curve # Delta Length Radius Tangent C 1 129038'47" 56.57' 25.00' 53.18' C2 7'3541 " 13.26' 100.00' 6.64' C3 735041" 13.26' 100.00 6.64' C4 34'26140" 300.58' 500.00' 154.99' C5 16'01'26" 279.67'1000.00' 140.75' DEVIOUS STREET G / / - - \ \ ABBREVIATIONS { a CONSTRUCTION FFIC SIGNAL es' G (CALTRAN�� \ J f, CNB = CITY'. OF NEWPORT BEACH / 9 � 17 �sr ...--� �.--"-' \i -�� ��. c'' � .- '`J .� t / f 1 �� r � . V � cs �� \ HPG -HIGH. PRESSURE GAS ,N \ o A �\,- -' . r- - ,-- Y' r ' ,,_ __-.-_-'--' •% 'OCSD= ORANGE COUNTY SANITATION DISTRICTC5 SE SCE _ SOUTHERN CALIFORNIA EDISON\h!JA PA/ v : 51 E 9 , r 8.� � C/��� 38 Vv x s F/ \ r � / 1 \ \\ TELEPHOAI �/ DEED STjZ i 6 1 °° \ a (Ar&Tr}; f ' " // a SEE SHEET 9 FOR 6 S GAs 171 ADDITIONAL INTERSECTION DD1TAILS \ f / / / iGRAS CO) u� r� r c7 `, " CALT NR/W 36 D EW R FM / _ _ 1 k00 _ - IGNAL / X s POLE 2" STEEL C � /1 \ 8" VAIPSOEP`ter' r . NCNB) '� r 50+00.00 BC t r Al f} r '/ iAO 5�f 00 /C /l. r ' A k�F , 4+ _ - - --! / SIGNAL A // _ U ` �/� _ ---1-" ' s POLE _ _ �� r k ,�, 50 S °D 3,14E r 00 . �. Iii_ tp S,l r S1GNA r - A 3+24.34 BALBOA= - =POL - - _ co ' u TS- U 49+67.43" COAST -1 -- -� . -� r r� -- -.Z!t� Ki ,� _ Lv S r C&G A- CAB c /J of _ h S r - a — y Eli / ` r r T 1 -777777777:- ,- — PALM - - �- .- ELEC (SCE) A TREE 17 PB u+ELEC i 1 ` EXISTING STREET R/W A VAULT A WAL 8 - CALTRANS R/W A LM 16 — — SEE SHEET 9 FOR E ADDITIONAL INTERSECTION DETAILS GENERAL NOTES 1. EXISTING UTILITIES SHALL BE PROTECTED -IN-PLACE UNLESS OTHERWISE NOTED. 2. REMOVALS SHALL BE SAWCUT AT NEAREST JOINT. 3. EXISTING TRAFFIC SIGNS SHALL BE IN PLACE DURING CONSTRUCTION AT ALL TIMES. 4. EXISTING MEDIAN IRRIGATION SYSTEM & FACILITIES SHALL BE REMOVED/ABANDONED AS DIRECTED BY THE CITY, DISPOSITION NOTES EI -PROTECT -IN-PLACE (ITEM AS NOTED) [E- ADJUST TO GRADE (ITEM AS NOTED) REMOVAL NOTES 1O- REMOVE MEDIAN PAVING 4 REMOVE AC PAVEMENT & BASE TO 18" BELOW EXISTING SURFACE 3O- REMOVE CONCRETE CURB REMOVE CONCRETE CURB & GUTTER & SOIL TO 18" BELOW. EXISTING SURFACE 6O- REMOVE CONCRETE SIDEWALK/CURB RAMP 7a- REMOVE PALM TREE 8�- CLEAR & GRUB O9 - REMOVAL EXISTING & IMPORT TOP SOIL WITHIN 3" OF ADJACENT IMPROVEMENTS (12" MIN FILL DEPTH) CONSTRUCTION NOTES 10 SAWCUT 12 CONSTRUCT 8" TYPE 'A2' CURB PER CALTRANS STD A87A 14 CONSTRUCT PCC SIDEWALK PER CITY STD -180-L 15C CONSTRUCT CURB RAMP CASE 'A' PER CALTRANS STD A88A (YELLOW WARNING SURFACE) 15D CONSTRUCT CURB RAMP CASE 'G' PER CALTRANS STD A88A (YELLOW WARNING SURFACE) &CONSTRUCT TREE WELL PER LANDSCAPE PLANS 17 CONSTRUCT IMPROVEMENTS PER LANDSCAPE PLANS UTILITY CONSTRUCTION NOTES W1 FURNISH & INSTALL 2" WATER SERVICE PER CITY STD -503-L REMOVE & REPLACE SIDEWALK AS REQ'D PER CITY STD -180-L TRENCH REPAIR PER CITY STD -105-L W2 FURNISH & INSTALL 2" BACKFLOW DEVICE PER CITY STANDARDS PREPARED BY: & REQUIREMENTS. FURNISH & INSTALL STAINLESS STEEL (PER CITY STD) PROTECTIVE CAGE AS DIRECTED BY CITY. IRRIGATION POINT OF CONNECTION \ EXISTING EASEMENT " \ \ EXISTING R/W VERIkY 2 GAS 1 1, COORDINATE WITH CITY PRIOR 5d :\ \ `\ TO CONSTRUCTING TREE WELLS 16 \\ \ \ 2GR" S \ \ � ~ 00 co 7__ - s of X16 \ e -4 =_ o pro _� - _\ ,,.. ' do —���...,.. + AN 16 U) / n SIN of - r • _ 1-+ P vy.. v ,.. - 1 c . J tiM Q # SE VIE 4 to �' C 8 - \ i 00 Ui�I _ 1 S . O1lY --__ �-�.. MEDIAN q RB VD C 7 Q % _ ►� d- 1 \ 6 9 17 + C4-� �O ' � N 01;Z T .,•.r�: s STEEL GA s o �� c —�.� � � \ 14 `N 3 MEDIAN s0 - GAS CO so h % ( ) 10 �Gc,� / / + A CURB / S a 9 5 'co b ` 1 Q `-.( JG•,- '^ ,..... .,...g _ /� '^ :."+,, `, ti. '"n.,a` � C, "'•—'' f/r� f `yam_ Q, CURB & A- , _GUTTER ` G 8 .H -,� -��, � e d _... `� - � rfr ,�'f SD = _ ;-'f � c,o � A SW T _ , 8 , 00 G c LIJ PALM 16 A %'c '" ` _. T ..�-,� _. co MEDIAN TREE PALM 6 17 -H >�^. `' �- �,F ^ 3 � S �� / s�� A URB _ .- 1— A TREE "� - ��- .` ,� 8+29.78 S _ _ �o _ w °.'} �_� w ' CL INT r c - / W + " T �>- _ T7 i E � PALM 16 A TREEto ^� TYP 14 1 17 _ --� a S - o - S - - W PALo W /...._ r. A TREE N ��� � - ��-`�-�_` - 1,' � f ,. 6 9 1 00 1 n A SW �� �� ��' �� q LO r +� CN <NC� ' ; �i et �J CURB & ca _.. h 10+ 0 �- N A GUTTER TYP -H - O ♦ C A� +' - r 6 9 17 c- _ poll w 1 410 c- ' 20 "=/ ' / SW A SCALE: 1 / /` v if% ai 10 a, s� / I .�. o' SW A °' ` ` W v' 16 16 1" SER F c A C-4842 PROFESS,oN� STREET IMPROVEMENTS MARSTticz BALBOA BLVD CIVIL 0 ff LU •RCE 3 98 (5+60 to 10+25)En lnQQrJ, EXP. 03/31/15 * BALBOA BOULEVARD BEAUTIFICATION 3151 Airway Avenue Suite T-1 R-6 Costa Mesa, CA 92W26 sTgT CiV>� ��P DESIGNED: DRAWN: (714) 966-9060 F OF CA -` DAG DAG CITY OF NEWPORT. BEACH 036-S NO. DATE DESCRIPTION OF REVISIONS CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET OF Q MM SEPT 19, 2013 3 38 Fir A In = r Cr W W Z J 0 = III Q W U) I 1" SERVICE 6 16 W1 / to u) W2 _ — r- - G _ G — -- — 4J 6" STEEL GAS CV (GAS CO) VERIFY 6" GAS LOCATION C� �--- COORDINATE WITH CITY PRIOR W TO CONSTRUCTING TREE WELL W zT c 1 Rh Ii 6 6 6 17 6 6 6 16 6 6 6 PALM 16 16 16 16 j� 16 TREE 16 +I I I �n 16 16 ( 16 16 SW A , PALM 16 SW A �\� i ^ A -H TYP rn I II I -H �� 13 i -�� -1� II 3 I! A �i PALM ►�i TYP % , N rn co `° TYP I I Typ �� TREE t� A .� 10 N `� - 10 + I [ SW .t N d W TREE 10 , r� m oD A SW rn ASW A SW to A SW co 10 A SW C''� Z m + + + m a 0 + + o '� q + + 10 + u� + d- ^ ^ N — — - — 4 - �F tl N — rn l �J c Ln .. `� _ I_.. Wil._ ,� \ r- .. .: yy--�� pAy !+ S— G G 10 SW _A 6 9 17 - A C&G a � 6 9 17 A C&G °' V u 6 9 17 081\ i CURB A C&G 6 9 17� ,°�° �' -- W �, 4J - TYP 'W w' -i w w N �� TYP C�_ i z 6 9 17 . 6 9._ 17 r_ . _._ ' U U- _ 17 Nst _.__._..._ __...__. __.:.---_.____ -. BALBOA BLVD m TYP . - MEDIAN M IAN N N 10 2 N 1 g A CURB 8 TYP 9 A C(i B sn R i ._ _ __ - - - _ --- -- J C ` C (� J _ —._ S — ,—'_--.—"_` S w _ J J �-- .� lJ � ��, � I 4 S J J .r TYP � � ,. � -.,� W 6" STEEL GAS so 12+13.41 6 9 17 �, W -� tet; 6 9 17 cn ` PALM — — PALM PALM 16+: V W SPIT & WASHER., U 14+ 19.79 GAS PIKE & WASHER -1 13B �, ►� F- ( CO)) �7 qp U tr x i A TREE A TREE A TREE SPIKE& WA cn •t N SPIKIt &WASHER I Q 11+00 TMP o 1?��JO ^ rn o 13+� , -H r�._ r.� 14+0000 -15+00----,a .f1 _1.6 __..._ C- - - - - - - - - - - - - - - - 6 �91 A C&G 12+ 9.86 d A C&G + o ^ NN + + A C&G j ( A C&G + A C&G E �.--�_ PIKE &` ASHE --�� ^ ''� "� - T � � -- r__._.. __,._... - � -- -T --- T -�-- - . T --- _� - - T - --_ T -' - - ,- -�- T T — � E " m F _ �____' —" � >: --`� __ n. � •.,�_ E { _.._,. Wim-. (OH) - I V H ---- - - _ :. \ - E_ F G-' 1- E ---_ ) (O } I (OH ��. OH T� OH - -- T H V 0 I --r — dN -- — W -- V46 - t -- W -- =— V W Vd -�N f 1 I f , F I TV -H -H n n j 'H N O } N N } 0 10 u� ap ^ 10 uj W 10 _ 3 I U) 6 o W ^ ,q 6 ►7 u� ,n cb J (!� 00 Ui TYP + ) TYP .�. I J I TYP A PALM I d• _ + + + -� + + N N TREE SW A W g I J I 9 SWEl �- SW A q' q Q Z I SW q ^ Q "^� to SW SW I I SW A p 10 d 6 II LO I II � ( 17 I ( SW A 10 17 SW A' A TREES I ( 6 j I 6 6 I 6 T� 6 SW A 6 Typ 6 I I I Typ rYP 16 16 16 16 16 16 G S 6 Typ 6 I I 6 P 6 II I' 6 TYP 6 I I 6 I ( 6 TYP 6 6 TYP 6 6 6 � 6 6 I II I 6 I I 16 6 16 I� I TYP 16 16 i I 16 16 9 16 I m I 16 16 10 I Typ 16 16 0 9 NTYP - n • I I I -+i 1 p -H ^ v~i I _"� I 1�/ 'n 17 I >- II +I �i -H .H rn f 17 TYP N I -H 9 -H u� O I- 17 >- Q v) -H +I 9 +I +i rn rn �- np •- 17 I +I -H 9 41 r� 10 - r� I v~i � +I N 0 1 `' T��w SIN -1 MEDIAN CURB i A SW VN) 40 - O zk _ I -C + to + + + + to + + + + 10 + + + + 00 o o o ^ C N U N N N N t6 N Z 1C CS o WZIN I ....®.._ Cl \ ....___,._._. i ._: '_.. / :-�-.__ $E "�-I1�_..—... ,: — ,„.�. _�__.it_. �..�. .:...,.�.__Jf_,.._ 3� .�" �� _\�`� A��U�I �`O �. 1i �! —W..w.�.;. ,., . lI __J�t ......aii _._.______,_.�kPI _.- � �r?-.;;:"',. ,.. ......}I17__::li1 a, s.�1i .,. ...,...�..®. ✓,,,+( � f\ ..,b,v.,,,,F ..a,.-*' ? F= e,v...—.. �... -- .-✓� v�� �.. .�.— — ,...».mmn, m _�L'��_l.»�L. � ...�,.,.:�1-,... � �II..1 _ �--__ / —. ...^—,.....,._. tee. _„.,,...,,.._,.. _.�.,,... .._ .. _. w— — —NJ { W w— --W- --W -- — W 1J —V► W W �W U1 W— --w W W W VV W— \ — —VJ W (I W A_ _ _ _ _.. ____. _______. _ _._ __ _.-.. _ _ ,_ ._ ,._ .._ ___.. _.w_._._-_ _ .__r__ ___ .. _-- ___ v SW ! 10 q S �; q SW SW A �. ASI � SW A —SD c --� A SW � "SW A II0 1 �I s � BALBOA BLVD I _..... ; _., _.___ _ __. __ _. __ ... __._ __.._ : MEDIAN _ ._.__ ___ . _..__.: __. __._ _._.._ .__a_. _._._. w _.__.._.._. cc 0 MEDIAN A 7 7 U 1 9 TYP 8 A CURB ' CURB 9 ��-- -, G--- -- --- G G_ 1 9 -- G G- 1 1,I ` w (({ h 1� G w o� LL +r W J W z0 J J r W M U Q`W 2 U) Ui /— CCS MLUIAIV U-) i�_ — � ____ = �= - — — � --�• _ - CURB. _ ___. __ _ _ ` .,_:___ _._n _-- co 18+39.86 —ji ---_ .._ .._.. _ ... _ . d �_ N/91 I A PALM AM A PALM 20+49.76 21 +54.76 SPIKE & WAS HER W SPIKE & WASHER TREE E TREE SPIKE & WASHER 8 SPIKE &WASHER I W W ...._ . .:.-_._ ...:. +1 ii 20+00 21 +00 _...... ____.22+00__ _.._..__ ____,.___w..__.____ -H -H \! _...___ 23 z rn I ao ao ao �n h -1- - -- - - - +_ n A C&G"'}, `n� A C&G �° n + A C G + A C&G M s _ T-- — Tom, . T_ T T _ �—Ti V -__- ♦/� —�_ - — C - -- E b E I v� �` E — TV 7H 1 - = _:_� - T f TV OH T/°/ OHI - ' _-- (9 ter) s ) ( U ,° Y' H t TV O f Q �v .v ,.,`'_.. � I w JJ \ n >- (0 cu ,- F-- Q M co co , Q U) Q m vi 10 6 r. ;n ri 10 6 1 ,n 10 fi ' - q + + I I + + � W TYP TYP I C5 i SIN z SW A 00 TYP 9 rn SW A Typ 9 g + I I + + W tV o I ^ ^ ( I SIN A N SW A �� I SW A 9 N SW A I I SW A N 9 N SW A U 11 9 So ( 6 17 6 6 17 6 I I 17 6 6 17 6 I 17 I I I 16 TYP 16 J 16 TYP 16 I g TYP 16 ( 16 TYP 16 I `i GENERAL NOTES REMOVAL NOTES CONSTRUCTION NOTES 1. EXISTING UTILITIES SHALL BE PROTECTED -IN-PLACE UNLESS 10 SAWCUT OTHERWISE NOTED. 01 REMOVE MEDIAN PAVING 2. REMOVALS SHALL BE SAWCUT AT NEAREST JOINT. 13B 3. EXISTING TRAFFIC SIGNS SHALL BE IN PLACE DURING CONSTRUCTION &REMOVE AC PAVEMENT & BASE TO 18" BELOW EXISTING SURFACE CONSTRUCT 8" TYPE 'B' CURB PER CITY STD -182-L AT ALL TIMES. 16 CONSTRUCT TREE WELL PER LANDSCAPE PLANS 4. EXISTING MEDIAN IRRIGATION SYSTEM & FACILITIES SHALL BE & REMOVE CONCRETE SIDEWALK/ CURB RAMP REMOVED/ABANDONED AS DIRECTED BY THE CITY. &REMOVE PALM TREE 17 CONSTRUCT IMPROVEMENTS PER LANDSCAPE PLANS 10 0 40 DISPOSITION NOTES e &CLEAR & GRUB UTILITY CONSTRUCTION NOTES SCALE: 1°=20' [D -PROTECT -IN-PLACE (ITEM AS NOTED) 9a -REMOVAL EXISTING & IMPORT TOP SOIL WITHIN 3" OF ADJACENT W1 FURNISH & INSTALL 2" WATER SERVICE PER CITY STD -503-L IMPROVEMENTS (12" MIN FILL DEPTH) REMOVE & REPLACE SIDEWALK AS REQ 'D PER CITY STD -180.. -L TRENCH REPAIR PER CITY STD -105-L'' W2 FURNISH & INSTALL 2" BACKFLOW DEVICE PER CITY STANDARDS & REQUIREMENTS. FURNISH & INSTALL STAINLESS STEEL (PER CITY STD) PROTECTIVE CAGE AS DIRECTED BY CITY. IRRIGATION POINT OF CONNECTION C-4842 PREPARED BY: pFESS�ON STREET IMPROVEMENTS pR ' c MA�s�o c2 BALBOA BLVD CIVIL WORKS O l QKV w `.RCE 3 98 2 r + (10 25 to 23+00) Engineers, Inc.* 3151 Airway Avenue Suite T-1 Exp. 03/31/15 * BALBOA BOULEVARD BEAUTIFICATION Costa Mesa, CA 92426 srgT c►vi\- DESIGNED: DRAWN: (714) 966-9060 F pF CAa-\F� DAG DAG CITY OF NEWPORT BEACH R -6036-S NO. DATE DESCRIPTION OF REVISIONS CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET 4 OF 38 MM SEPT 19, 2013 1 MEDIAN CURB i A SW VN) 40 - O zk _ I -C + to + + + + to + + + + 10 + + + + 00 o o o ^ C N U N N N N t6 N Z 1C CS o WZIN I ....®.._ Cl \ ....___,._._. i ._: '_.. / :-�-.__ $E "�-I1�_..—... ,: — ,„.�. _�__.it_. �..�. .:...,.�.__Jf_,.._ 3� .�" �� _\�`� A��U�I �`O �. 1i �! —W..w.�.;. ,., . lI __J�t ......aii _._.______,_.�kPI _.- � �r?-.;;:"',. ,.. ......}I17__::li1 a, s.�1i .,. ...,...�..®. ✓,,,+( � f\ ..,b,v.,,,,F ..a,.-*' ? F= e,v...—.. �... -- .-✓� v�� �.. .�.— — ,...».mmn, m _�L'��_l.»�L. � ...�,.,.:�1-,... � �II..1 _ �--__ / —. ...^—,.....,._. tee. _„.,,...,,.._,.. _.�.,,... .._ .. _. w— — —NJ { W w— --W- --W -- — W 1J —V► W W �W U1 W— --w W W W VV W— \ — —VJ W (I W A_ _ _ _ _.. ____. _______. _ _._ __ _.-.. _ _ ,_ ._ ,._ .._ ___.. _.w_._._-_ _ .__r__ ___ .. _-- ___ v SW ! 10 q S �; q SW SW A �. ASI � SW A —SD c --� A SW � "SW A II0 1 �I s � BALBOA BLVD I _..... ; _., _.___ _ __. __ _. __ ... __._ __.._ : MEDIAN _ ._.__ ___ . _..__.: __. __._ _._.._ .__a_. _._._. w _.__.._.._. cc 0 MEDIAN A 7 7 U 1 9 TYP 8 A CURB ' CURB 9 ��-- -, G--- -- --- G G_ 1 9 -- G G- 1 1,I ` w (({ h 1� G w o� LL +r W J W z0 J J r W M U Q`W 2 U) Ui /— CCS MLUIAIV U-) i�_ — � ____ = �= - — — � --�• _ - CURB. _ ___. __ _ _ ` .,_:___ _._n _-- co 18+39.86 —ji ---_ .._ .._.. _ ... _ . d �_ N/91 I A PALM AM A PALM 20+49.76 21 +54.76 SPIKE & WAS HER W SPIKE & WASHER TREE E TREE SPIKE & WASHER 8 SPIKE &WASHER I W W ...._ . .:.-_._ ...:. +1 ii 20+00 21 +00 _...... ____.22+00__ _.._..__ ____,.___w..__.____ -H -H \! _...___ 23 z rn I ao ao ao �n h -1- - -- - - - +_ n A C&G"'}, `n� A C&G �° n + A C G + A C&G M s _ T-- — Tom, . T_ T T _ �—Ti V -__- ♦/� —�_ - — C - -- E b E I v� �` E — TV 7H 1 - = _:_� - T f TV OH T/°/ OHI - ' _-- (9 ter) s ) ( U ,° Y' H t TV O f Q �v .v ,.,`'_.. � I w JJ \ n >- (0 cu ,- F-- Q M co co , Q U) Q m vi 10 6 r. ;n ri 10 6 1 ,n 10 fi ' - q + + I I + + � W TYP TYP I C5 i SIN z SW A 00 TYP 9 rn SW A Typ 9 g + I I + + W tV o I ^ ^ ( I SIN A N SW A �� I SW A 9 N SW A I I SW A N 9 N SW A U 11 9 So ( 6 17 6 6 17 6 I I 17 6 6 17 6 I 17 I I I 16 TYP 16 J 16 TYP 16 I g TYP 16 ( 16 TYP 16 I `i GENERAL NOTES REMOVAL NOTES CONSTRUCTION NOTES 1. EXISTING UTILITIES SHALL BE PROTECTED -IN-PLACE UNLESS 10 SAWCUT OTHERWISE NOTED. 01 REMOVE MEDIAN PAVING 2. REMOVALS SHALL BE SAWCUT AT NEAREST JOINT. 13B 3. EXISTING TRAFFIC SIGNS SHALL BE IN PLACE DURING CONSTRUCTION &REMOVE AC PAVEMENT & BASE TO 18" BELOW EXISTING SURFACE CONSTRUCT 8" TYPE 'B' CURB PER CITY STD -182-L AT ALL TIMES. 16 CONSTRUCT TREE WELL PER LANDSCAPE PLANS 4. EXISTING MEDIAN IRRIGATION SYSTEM & FACILITIES SHALL BE & REMOVE CONCRETE SIDEWALK/ CURB RAMP REMOVED/ABANDONED AS DIRECTED BY THE CITY. &REMOVE PALM TREE 17 CONSTRUCT IMPROVEMENTS PER LANDSCAPE PLANS 10 0 40 DISPOSITION NOTES e &CLEAR & GRUB UTILITY CONSTRUCTION NOTES SCALE: 1°=20' [D -PROTECT -IN-PLACE (ITEM AS NOTED) 9a -REMOVAL EXISTING & IMPORT TOP SOIL WITHIN 3" OF ADJACENT W1 FURNISH & INSTALL 2" WATER SERVICE PER CITY STD -503-L IMPROVEMENTS (12" MIN FILL DEPTH) REMOVE & REPLACE SIDEWALK AS REQ 'D PER CITY STD -180.. -L TRENCH REPAIR PER CITY STD -105-L'' W2 FURNISH & INSTALL 2" BACKFLOW DEVICE PER CITY STANDARDS & REQUIREMENTS. FURNISH & INSTALL STAINLESS STEEL (PER CITY STD) PROTECTIVE CAGE AS DIRECTED BY CITY. IRRIGATION POINT OF CONNECTION C-4842 PREPARED BY: pFESS�ON STREET IMPROVEMENTS pR ' c MA�s�o c2 BALBOA BLVD CIVIL WORKS O l QKV w `.RCE 3 98 2 r + (10 25 to 23+00) Engineers, Inc.* 3151 Airway Avenue Suite T-1 Exp. 03/31/15 * BALBOA BOULEVARD BEAUTIFICATION Costa Mesa, CA 92426 srgT c►vi\- DESIGNED: DRAWN: (714) 966-9060 F pF CAa-\F� DAG DAG CITY OF NEWPORT BEACH R -6036-S NO. DATE DESCRIPTION OF REVISIONS CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET 4 OF 38 MM SEPT 19, 2013 0 N I TYP qI I r I �1 lYP I 6 6 6 I I 6 TYP 6 6 TYP 6 �I IIII 6 6 10 N I 7yp 16 9 16 I ,.� I 1 fi 9 16 I 16 16 �� \ � � 10 17 ^ Io I �`n� I I TMOP N I I N 9 t TYP `� N N ov fA 3 I o M 17 ( I 17 to ^ 10 L i( F— in — — L I + iq + + + + ID + + + 3 uj d d , = WN cp co co cn .0 i / N Ay N N N N N N N N _— N 3 100, I ' _ i _.. �g. I I Y/,�-•_ ,1•,d "...._._...1W !_......L__._ i_�/ so sa :AJS w=- _ — — \-------------- ------ — W — W— W W W W W� �W W- W W- z SW A W– W ----- W_ W W W W W SWA __..._____ ______� _ _ . _ __ _ __ ,_._ --. A C&G 7�_ SW..-_.._..� ._ _..rI,Y. A;r _ _..._ A SW o = BALBOA BLVD I 24 � - �- -- r- -- -- -- -- - -- -- _.______ __.._____ ._ _____.__ -___ ___._ -___ a _. N:_ __ __ __v _ _ ___ _ __ _. _ + u. � A �- �, 7 ME ! N M 7 __- _d. m._ __ W __.. __.__. q o �_M._._.____,_._.. ___�.._ <� �___�_..._�__ _.__ __. MEDIAN M LJ,J MEDIAN > M d' 1 9 CURB _ 1 9 A CU 8 1 9 1. 9 8 TYP A CURB W 1 9 N J 1 9_m_ W . —� r C I,,;., --- •---'—. W - ,.. :.. ..:.. : a .. .... } — _.. m. .-.nom... sm...._ uu I.=�..i` I s ---•._.,. ---___ .� ;.. ,, �i.� a-�-e ��;a_:. ;..,w -.-a . n....� __,� . x - _ _ ___ __ _,.w _ _ �- __, r MEDIAN _ — ` �== _ _ _ _ n J p mr ,, l = A PALM A PAL TY A PALM A PALM SP1KE & WASHER 26+04.73 A PALM CURB 27+ 19.74 P A PALM A PALM A PALM PALM— — — — = LLI U W TREE TREE = 8 P TREE TREE SPIKE & WASHER TREE SPIKE & W H R TREE TREE TREE A TREE U m WCo _ . r_. .s. __ GH .- 244-00 _._ __ s w_ _. +I _ 25+00 - —+I __ _ _ w_ _xr +, 26+ _ —, e.s_ _ .. _ +1 ____ _H n— _ _ _ - _ _ _ �__ _ F_ W I— .. _ o _ �, +oo �, I za+o0� 2s goo _ Q W Q - - -I � - � - � - - ---�— -Pil n Pn .� 1- - �� - - - - --ter- � �- CD A C&G + +F A C&G + A C&G + `�j. A C&G °+° + — — E _ x H E V 0 H fru. _.... .,.... ". "��., _. ». ._. ; J 6 1 t 10 6 N a 3 l 0 ^ 10 6 ,� � LU 10 6 3 N 10 6 U N N iW TYP `F I .... I lI n `° —� co I W n o eh n + g + I (z + TYP + 4, + TYP + I J I + 7YP ao Z + TYP + + + N N SW A p SW A N 9 N SW A I MP I SW A N 9 N I Q I o 9 M I N N 9 N N SW A N 6 17 6 i 17 17 SW A SW A N 17 SW A I SW A ^ °p 17 ao ao rn 6 6 6 I -6 6 6 6 6 16 TMP 16 I 16 lYP 16 II II 16 TYP 16 16 TYP I ( 16 16 TMP 16 16 16 II li i I , � ~( I 6 TYP 6 I TYP 6 I f I fi fi I 16 16 I 16 16 ( p 9 ^ TYP I o ^ 9 _HTMP N I ciz ,I;( I II l rn , I N 17 10 I o Ir4i to 00 17 n I 'l F-' I¢ 0I `J I .M VrAwv1-1 vL. v v mr y{� i `1^° C!-} *�.f; 3� a� .,CS -d-r ,;J ,wm, s yfY {[ rtr_4`s I }�`""`e"l r"�..✓ i r.f (�.'" '�.f'�' \j '°"", I O °T. .f y s " r -i i, •�zk ;fiX i t f LJ PALM PALM PALM PALM PALM � � 32+95.00 � f- M W A A A A A 31 +79. 8 PALM Z W TREE TREE TREE TREE TREE SPIKE WASH R 3409.97 (j,J. SPIKE &WASHER A TREE CL IN W o _._ 31 +fl0__- _r_- - _ n__. 4 +00 ___ _.__ ____ _. _H 33 0 _ - -__ __._. ..,_..-. _______._ _.____ _,__N :_.. 34+00 W mr J - - f- - - + -- - - —�--- - , - �,{— I 1 - - -I - - - - P, }- - - z = m + A C&G + v' + A C&G + I. A C&G + cn J (n Q _mmPo_ ___�,, L____— --w W T_ _L ____ T — -Z� — — _ �1— — �— _—_ — T — _ T!h T E - (� W W H E I %,. �, TV CO �cn I cn cn to �H j3 I N 10 6 'o I I' to to 3 I I N 1d 6 J 10 6 I 3 rvc cn I W TYA GENERAL NOTES 1. EXISTING UTILITIES SHALL BE PROTECTED -IN-PLACE UNLESS REMOVAL NOTES CONSTRUCTION NOTES OTHERWISE NOTED. &REMOVE MEDIAN PAVING 10 SAWCUT 2. REMOVALS SHALL BE SAWCUT AT NEAREST JOINT: 3. EXIS777NG TIMES.T AFFIC SIGNS SHALL BE IN PLACE DURING CONSTRUCTION REMOVE CONCRETE SIDEWALK/CURB RAMP 16 CONSTRUCT TREE WELL PER LANDSCAPE PLANS AT ALL 4. EXISTING MEDIAN IRRIGATION SYSTEM & FACILITIES SHALL BE `7J REMOVE PALM TREE 17 CONSTRUCT IMPROVEMENTS PER LANDSCAPE PLANS REMOVED/ABANDONED AS DIRECTED BY THE CITY. DISPOSITION NOTES s CLEAR & GRUB ` 24 SALVAGE EXISTING METER & BACKFLOW. DELIVER TO CITY. CAP WATER SYSTEM PER CITY STANDARDS. E -PROTECT -IN-PLACE (ITEM AS NOTED) 09 -REMOVAL EXISTING & IMPORT TOP SOIL WITHIN 3" OF ADJACENT IMPROVEMENTS (12" MIN FILL DEPTH) C-4842 PREPARED BY- QROFESS,oN STREET IMPROVEMENTS BALBOABLVD�����E MAl�S�yc CIVIL WORKS �PR M798 A Emllleel"S li1C {23+00 to 34+40) * Ev. lA5 * BALBOA BOULEVARD BEAUTIFICATION 3151 Airway Avenue Suite T-1 R-60.36-5 CostCA a Mesa, 9226 srq civil_.a DESIGNED: DRAWN: ' (714) 966-9060 O CA&N ` DAG DAG CITY OF NEWPORT BEACH NO. DATE DESCRIPTION OF REVISIONS CHECKED: DATE: MM SEPT 19, 201,31 5 OF PUBLIC WORKS DEPARTMENT SHEET 38 C7 TYl 6 6 16 -FI 9 0 17 N 0 N I TYP qI I r I �1 lYP I 6 6 6 I I 6 TYP 6 6 TYP 6 �I IIII 6 6 10 N I 7yp 16 9 16 I ,.� I 1 fi 9 16 I 16 16 �� \ � � 10 17 ^ Io I �`n� I I TMOP N I I N 9 t TYP `� N N ov fA 3 I o M 17 ( I 17 to ^ 10 L i( F— in — — L I + iq + + + + ID + + + 3 uj d d , = WN cp co co cn .0 i / N Ay N N N N N N N N _— N 3 100, I ' _ i _.. �g. I I Y/,�-•_ ,1•,d "...._._...1W !_......L__._ i_�/ so sa :AJS w=- _ — — \-------------- ------ — W — W— W W W W W� �W W- W W- z SW A W– W ----- W_ W W W W W SWA __..._____ ______� _ _ . _ __ _ __ ,_._ --. A C&G 7�_ SW..-_.._..� ._ _..rI,Y. A;r _ _..._ A SW o = BALBOA BLVD I 24 � - �- -- r- -- -- -- -- - -- -- _.______ __.._____ ._ _____.__ -___ ___._ -___ a _. N:_ __ __ __v _ _ ___ _ __ _. _ + u. � A �- �, 7 ME ! N M 7 __- _d. m._ __ W __.. __.__. q o �_M._._.____,_._.. ___�.._ <� �___�_..._�__ _.__ __. MEDIAN M LJ,J MEDIAN > M d' 1 9 CURB _ 1 9 A CU 8 1 9 1. 9 8 TYP A CURB W 1 9 N J 1 9_m_ W . —� r C I,,;., --- •---'—. W - ,.. :.. ..:.. : a .. .... } — _.. m. .-.nom... sm...._ uu I.=�..i` I s ---•._.,. ---___ .� ;.. ,, �i.� a-�-e ��;a_:. ;..,w -.-a . n....� __,� . x - _ _ ___ __ _,.w _ _ �- __, r MEDIAN _ — ` �== _ _ _ _ n J p mr ,, l = A PALM A PAL TY A PALM A PALM SP1KE & WASHER 26+04.73 A PALM CURB 27+ 19.74 P A PALM A PALM A PALM PALM— — — — = LLI U W TREE TREE = 8 P TREE TREE SPIKE & WASHER TREE SPIKE & W H R TREE TREE TREE A TREE U m WCo _ . r_. .s. __ GH .- 244-00 _._ __ s w_ _. +I _ 25+00 - —+I __ _ _ w_ _xr +, 26+ _ —, e.s_ _ .. _ +1 ____ _H n— _ _ _ - _ _ _ �__ _ F_ W I— .. _ o _ �, +oo �, I za+o0� 2s goo _ Q W Q - - -I � - � - � - - ---�— -Pil n Pn .� 1- - �� - - - - --ter- � �- CD A C&G + +F A C&G + A C&G + `�j. A C&G °+° + — — E _ x H E V 0 H fru. _.... .,.... ". "��., _. ». ._. ; J 6 1 t 10 6 N a 3 l 0 ^ 10 6 ,� � LU 10 6 3 N 10 6 U N N iW TYP `F I .... I lI n `° —� co I W n o eh n + g + I (z + TYP + 4, + TYP + I J I + 7YP ao Z + TYP + + + N N SW A p SW A N 9 N SW A I MP I SW A N 9 N I Q I o 9 M I N N 9 N N SW A N 6 17 6 i 17 17 SW A SW A N 17 SW A I SW A ^ °p 17 ao ao rn 6 6 6 I -6 6 6 6 6 16 TMP 16 I 16 lYP 16 II II 16 TYP 16 16 TYP I ( 16 16 TMP 16 16 16 II li i I , � ~( I 6 TYP 6 I TYP 6 I f I fi fi I 16 16 I 16 16 ( p 9 ^ TYP I o ^ 9 _HTMP N I ciz ,I;( I II l rn , I N 17 10 I o Ir4i to 00 17 n I 'l F-' I¢ 0I `J I .M VrAwv1-1 vL. v v mr y{� i `1^° C!-} *�.f; 3� a� .,CS -d-r ,;J ,wm, s yfY {[ rtr_4`s I }�`""`e"l r"�..✓ i r.f (�.'" '�.f'�' \j '°"", I O °T. .f y s " r -i i, •�zk ;fiX i t f LJ PALM PALM PALM PALM PALM � � 32+95.00 � f- M W A A A A A 31 +79. 8 PALM Z W TREE TREE TREE TREE TREE SPIKE WASH R 3409.97 (j,J. SPIKE &WASHER A TREE CL IN W o _._ 31 +fl0__- _r_- - _ n__. 4 +00 ___ _.__ ____ _. _H 33 0 _ - -__ __._. ..,_..-. _______._ _.____ _,__N :_.. 34+00 W mr J - - f- - - + -- - - —�--- - , - �,{— I 1 - - -I - - - - P, }- - - z = m + A C&G + v' + A C&G + I. A C&G + cn J (n Q _mmPo_ ___�,, L____— --w W T_ _L ____ T — -Z� — — _ �1— — �— _—_ — T — _ T!h T E - (� W W H E I %,. �, TV CO �cn I cn cn to �H j3 I N 10 6 'o I I' to to 3 I I N 1d 6 J 10 6 I 3 rvc cn I W TYA GENERAL NOTES 1. EXISTING UTILITIES SHALL BE PROTECTED -IN-PLACE UNLESS REMOVAL NOTES CONSTRUCTION NOTES OTHERWISE NOTED. &REMOVE MEDIAN PAVING 10 SAWCUT 2. REMOVALS SHALL BE SAWCUT AT NEAREST JOINT: 3. EXIS777NG TIMES.T AFFIC SIGNS SHALL BE IN PLACE DURING CONSTRUCTION REMOVE CONCRETE SIDEWALK/CURB RAMP 16 CONSTRUCT TREE WELL PER LANDSCAPE PLANS AT ALL 4. EXISTING MEDIAN IRRIGATION SYSTEM & FACILITIES SHALL BE `7J REMOVE PALM TREE 17 CONSTRUCT IMPROVEMENTS PER LANDSCAPE PLANS REMOVED/ABANDONED AS DIRECTED BY THE CITY. DISPOSITION NOTES s CLEAR & GRUB ` 24 SALVAGE EXISTING METER & BACKFLOW. DELIVER TO CITY. CAP WATER SYSTEM PER CITY STANDARDS. E -PROTECT -IN-PLACE (ITEM AS NOTED) 09 -REMOVAL EXISTING & IMPORT TOP SOIL WITHIN 3" OF ADJACENT IMPROVEMENTS (12" MIN FILL DEPTH) C-4842 PREPARED BY- QROFESS,oN STREET IMPROVEMENTS BALBOABLVD�����E MAl�S�yc CIVIL WORKS �PR M798 A Emllleel"S li1C {23+00 to 34+40) * Ev. lA5 * BALBOA BOULEVARD BEAUTIFICATION 3151 Airway Avenue Suite T-1 R-60.36-5 CostCA a Mesa, 9226 srq civil_.a DESIGNED: DRAWN: ' (714) 966-9060 O CA&N ` DAG DAG CITY OF NEWPORT BEACH NO. DATE DESCRIPTION OF REVISIONS CHECKED: DATE: MM SEPT 19, 201,31 5 OF PUBLIC WORKS DEPARTMENT SHEET 38 C7 Nr 'd' M W W W z= J U) = W U Lu Q � -=- r =• '-- _ =-_ k W _. R2' 0. r UIC&G N -W W W W ZZ 43+OQ�- .no -W- to rn N+ -�. _ N - -_-__ BALB V N OA BLVD 4�sl• 1 -- MI GENERAL NOTES 1. EXISTING UTILITIES SHALL BE PROTECTED—IN—PLACE UNLESS OTHERWISE NOTED. 2. REMOVALS SHALL BE SAWCUT AT NEAREST JOINT. 3. EXISTING TRAFFIC SIGNS SHALL BE IN PLACE DURING CONSTRUCTION AT ALL TIMES. 4. EXISTING MEDIAN IRRIGATION SYSTEM & FACILITIES SHALL BE REMOVED/ABANDONED AS DIRECTED BY THE CITY. DISPOSITION NOTES E-PR07ECT-IN-PLACE (ITEM AS NOTED) aADJUST TO GRADE (ITEM AS NOTED) Fm II )I 6 TYP 6 TYP 6 I) +i II 11 v~i I I I� -H 6 6 -}I 6 -H I� � I 6 -H 6 9 9 0 I00 I I I to Q I I 100 N 7 17 to co TYP ( I 1700 -- — --- + .2 cn3 + ic) + + 10 + + _ .w )Rj 00 M Z o °i M M M € �.. } eta I f I - t � w 00 A SW SW S W_ W A] .c�. MEDIAN CURB r___l oe, u W 1 9 A MEDIAN PALM I CURB A TREE vi __ __ _ �—�___ - _ �.. _.__..__ ____ __.� _ __ . _. ! f _ _ W .__ _ W —__ - O LL W 38+70.00 g Lu U' SPIKE & WASHER }� 39+00 _ - —� 40 =00 - �€ 41 z O F— — — I + + A C&G + + A C&G _uj %o Q Lu �Q III 31 I N 6 M z 10 � TYP 9 I I o TYP 9 0+ 1 II I I co p I I ` SW A M - SW A I I SW A tr tr SW A I I I 6 17 6 6 17 6 I 16 16 TYP 16 I TYP 16 f � I I ON 10 91 12 W �"/ W Wy U W W }h Wm W W �! n '� W W -- N/ W W W ' 11 -- N WLo D8 �o 2 9 7 _ B SSMH 06 � �+ t �'c", Mi 10 2 17 ori 1 10 cn cod + � � � � 10 � o ~ +Ado R °+° pro R W Lu 4�j 46+00 7 o + J v M v W" 45+ 9.70 _ m (o ^ W ASHER m x 13B cow m N to co ui " m � 13B cn v N co co' ~ �. .d (34: C11 ^ Of SPIE & W SHFR -�. m � Q 00 d d o Y � W _�___ ..._._E �.v __--� �_=____.u. by 0 -' TV OH ,] — OH 'I �- TV 0 _ 0 TV OH W— 18 W 18 I cl) 18 W 18 REMOVAL NOTES CONSTRUCTION NOTES REMOVE MEDIAN PAVING I 0 T PER LANDSCAPE PLANS 2 REMOVE r &CONSTRUCT 6" TYPE 'A' CURB & GUTTER PER CITY STD -182-L 18 CONSTRUCT BULB -OUT PER DETAIL 8 SHEET 2 W Lu — Z_ > J Q Q UJm Lu v I CN I II 1 I -=- r =• '-- _ =-_ k W _. R2' 0. r UIC&G N -W W W W ZZ 43+OQ�- .no -W- to rn N+ -�. _ N - -_-__ BALB V N OA BLVD 4�sl• 1 -- MI GENERAL NOTES 1. EXISTING UTILITIES SHALL BE PROTECTED—IN—PLACE UNLESS OTHERWISE NOTED. 2. REMOVALS SHALL BE SAWCUT AT NEAREST JOINT. 3. EXISTING TRAFFIC SIGNS SHALL BE IN PLACE DURING CONSTRUCTION AT ALL TIMES. 4. EXISTING MEDIAN IRRIGATION SYSTEM & FACILITIES SHALL BE REMOVED/ABANDONED AS DIRECTED BY THE CITY. DISPOSITION NOTES E-PR07ECT-IN-PLACE (ITEM AS NOTED) aADJUST TO GRADE (ITEM AS NOTED) Fm II )I 6 TYP 6 TYP 6 I) +i II 11 v~i I I I� -H 6 6 -}I 6 -H I� � I 6 -H 6 9 9 0 I00 I I I to Q I I 100 N 7 17 to co TYP ( I 1700 -- — --- + .2 cn3 + ic) + + 10 + + _ .w )Rj 00 M Z o °i M M M € �.. } eta I f I - t � w 00 A SW SW S W_ W A] .c�. MEDIAN CURB r___l oe, u W 1 9 A MEDIAN PALM I CURB A TREE vi __ __ _ �—�___ - _ �.. _.__..__ ____ __.� _ __ . _. ! f _ _ W .__ _ W —__ - O LL W 38+70.00 g Lu U' SPIKE & WASHER }� 39+00 _ - —� 40 =00 - �€ 41 z O F— — — I + + A C&G + + A C&G _uj %o Q Lu �Q III 31 I N 6 M z 10 � TYP 9 I I o TYP 9 0+ 1 II I I co p I I ` SW A M - SW A I I SW A tr tr SW A I I I 6 17 6 6 17 6 I 16 16 TYP 16 I TYP 16 f � I I ON 10 91 12 W �"/ W Wy U W W }h Wm W W �! n '� W W -- N/ W W W ' 11 -- N WLo D8 �o 2 9 7 _ B SSMH 06 � �+ t �'c", Mi 10 2 17 ori 1 10 cn cod + � � � � 10 � o ~ +Ado R °+° pro R W Lu 4�j 46+00 7 o + J v M v W" 45+ 9.70 _ m (o ^ W ASHER m x 13B cow m N to co ui " m � 13B cn v N co co' ~ �. .d (34: C11 ^ Of SPIE & W SHFR -�. m � Q 00 d d o Y � W _�___ ..._._E �.v __--� �_=____.u. by 0 -' TV OH ,] — OH 'I �- TV 0 _ 0 TV OH W— 18 W 18 I cl) 18 W 18 REMOVAL NOTES CONSTRUCTION NOTES REMOVE MEDIAN PAVING 10 SAWCUT 17 CONSTRUCT IMPROVEMENTS PER LANDSCAPE PLANS 2 REMOVE AC PAVEMENT & BASE TO 18" BELOW EXISTING SURFACE &CONSTRUCT 6" TYPE 'A' CURB & GUTTER PER CITY STD -182-L 18 CONSTRUCT BULB -OUT PER DETAIL 8 SHEET 2 2B REMOVE AC PAVEMENT & BASE FOR N PAVEMENT SECTION CONSTRUCT 8" TYPE 'A2' CURB PER CALTRANS STD A87A " � 12 19 CONSTRUCT 4 AC OVER 6 CMB OVER COMPACTED SUBGRADE 3 REMOVE CONCRETE CURB "CONSTRUCT10 0 13B CONSTRUCT 8 TYPE B CURB PER CiTY'STD-182-L 20 RESIDENTIAL DRIVEWAY TYPE I PER CITY STD -162-L 4 REMOVE CONCRETE CURB & GUTTER & SOIL TO 18" BELOW 14 CONSTRUCT PCC SIDEWALK PER CITY STD -180-L SCALE. 1 EXISTING SURFACE 21 CONSTRUCT ALLEY APPROACH TYPE A PER CITY STD -142-L 15A OREMOVE CONCRETE DRIVEWAY/ALLEY APPROACH CONSTRUCT CURB RAMP CASE 'C' PER CITY STD -181-L 22 CONSTRUCT 6" PCC OVER 4" CMB OVER COMPACTED SUBGRADE 5 - 15B &REMOVE CONCRETE SIDEWALK/CURB RAMP CONSTRUCT CURB RAMP CASE 'H' PER CITY STD -181-L 23 RESET EXISTING SURVEY MONUMENT 16 REMOVE PALM TREE CONSTRUCT TREE WELL PER LANDSCAPE PLANS 7 - 8 CLEAR & GRUB �9 REMOVAL EXISTING & IMPORT TOP SOIL WITHIN 3" OF ADJACENT IMPROVEMENTS (12*0 MIN FlLL DEPTH) 18 18 I 1 TREE A JC4 -E E E,/ E E _ —E E E --E E E E E -E - Er E E ---- --E `--- E '—_ - -- S0 SD_E — — E� -E F —'--- m F -E._� —E E - - E 00 W W W ---W W W W W W' m W U W WSJ W U W W W— W W W I w w W w WU W U w— W— —W '� N 2 9 17 O) m N r� W 'W-WW W- �. LOU cn oo ; I ; 51 +0 .83 SO TH= v �ti _� _ o __ _.__ _._. _____ _ ______. �_ _, W _. ap �V, a + - + _. _ ..w 51-k)8.83 N R1N _ _ _mom _._ w. wrm_ co _._d m _ 0 U W �+ N rn� oottt rn w �' N +i. +a -- UL w cx �r cr 10 9.5 Lt cn N 10 __ W W N o - �r ►� �i R1 - -� - --- — o m .: 2 9 17 o ��. W Z__.. �._�_s.__�__ n. _ _.ui eh in 51 + N _ (n f to o RIO uj ._._.. ,...._.__.__..._.__.___..___...�_______. M..�,_______..�.___ _________._______ ____ �_ ,_ _= -= = -. _� _ _._ _,51+08.41 . ..___ a-.__ _ Q m d• � U 136 U WoNC+4W SPIKE & WASHER vs co 539.2 J=U ,WSPIKE & WASHER do BALBOA BLVD - —NAIL v- j c - _ -�ro^ Lo W � Zj i _Et ;: , '' I I I ( STLT B PB i � r ae I rR �' i, {L� �, of rr ILt6 corII _. il � EXIISTIAk OUND i rrrvrz)ntU 6" SURFACE A I---� I , e GROUND l,.,,, 1 JIWIVJ fi. VLJILOLo LOWI.,,.0 �..,.���... AT ALL TIMES. 4 REMOVE CONCRETE CURB & GUTTER TO 18" BELOW EXISTING SURFACE 12 CONSTRUCT 8" TYPE 'A2' CURB PER CALTRANS STD A87A 20 CONSTRUCT RESIDENTIAL DRIVEWAY TYPE I PER CITY STD— 162—L vt 4. SEE IRRIGATION PLANS FOR DISPOSITION OF EXIS77NG IRRIGATION SSYSTEM & FACILITIES. 5 REMOVE CURB RAMP 14 CONSTRUCT SIDEWALK PER CITY STD -180—L 21 CONSTRUCT ALLEY APPROACH TYPE 'A' PER CITY STD -142—L DISPOSITION NOTES 6& REMOVE CONCRETE SIDEWALK 15A CONSTRUCT CURB RAMP CASE 'C' PER CITY STD -181—L 22 CONSTRUCT 6" PCC OVER COMPACTED SUBGRADE CONCRETE COLLARPROTECT-IN—PLACE (ITEM AS NOTED) " � 23 RESET EXISTING SURVEY MONUMENT E_ `/ REMOVAL EXISTING &IMPORT TOP SOIL WITHIN 3 OF ADJACENT 15B CONSTRUCT CURB RAMP CASE H PER CITY STD—i81-L 560—C-3250 IMPROVEMENTS (12" MIN FILL DEPTH) B ADJUST TO GRADE (ITEM AS NOTED) 25 RELOCATE EXISTING STREET LIGHT. PER CITY STD -200-L & 204—L EXISTING 15C CONSTRUCT CURB RAMP CASE A PER CALTRANS STD A88A CLEANOUT 16 CONSTRUCT TREE WELL PER LANDSCAPE PLANS 26 FURNISH & INSTALL CAST-IN—PLACE WARNING SURFACE COLOR PER C17Y STANDARD C-4842 PREPARED BY: FESS/ STREET IMPROVEMENTS Q(tO CIVIL %V,MaRs ti m BALBOA BLVD RCE 3 798 43+36.46 tO 45+53.65 TYPICAL SEWER CLEANOUT ADJUSTMENT Engineers, Il7C w } NO SCALE 3151 Airway Avenue Suite T-1 EV• 03/31/15 BALBOA BOULEVARD BEAUTIFICATION Costa Mesa, CA 9226 sr'Te OF' lcA CAL\ DESIGNED: DAG DRAWN: (714) 966-9060DAG CITY OF NEWPORT BEACH R-6O36'S NO. DATE DESCRIPTION OF REVISIONS CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET MM 'SEPT 19, 2013 8 OF 38 STEEL GAS (GAS CO) TRAFPC'' GNAL ! IRAN / ! ` - 1ALI 7- PAS 30" VC SEWER ! , l' tet,•- / ! r � J J d C / L r 00 / 27N, SEWER ABDN / r / ! ! f �i (OCSD) ! `/ ` ! r _L..._ 9,_ _...ti A RAFFIC SIGNAL /TC '/ w.. SI NAL A Pro Pss T 15D 948 ,.,TC r C f i a C } � `' ., .' J ! % f: '/ �. '/ C: � • j J! •/ � 1 f: 8.98 4sF�, r' : s FULL HEr, SEE SHE T LC.1 G RETAINN4JR� G 9.43 TGAve7 ,,,," '4 U i / b` r' ! ! •�' G)�,./' S �. /. � / "TC o- t %O { 8.93. FS \ 15D O \\ \\ r f i 1 WS 36" DIP SEM \ !` a CALTRANS R/W-'. A SIGN _ 6 17 1, _ %x j / ! s 4v` y- w,. ,. ' ^•mac - �- ���~ SS A 2" STEEL GAS ,. ` / AS 2 " TEEL GAS 5+00 0 4+00 ! ! ' f' 'S� F FULL - --'„'` "' "� / / /•' !' / / .,. ✓^ % ACO p SD to m U J^M1� �,� s,. v `a SEWER �"., � s � `-- RA cd S1GNA 64. - I J ^_,__. S -----_ 4 � f _ L -%_.` J,FF'I -- s^ > '^"`✓'r_""e ,' -.„' -�' Sl -' _ �- 55��GIVi� A mei ". ;, F _ ;� a =` ao . 1 5c! , ..,� DMH s � ���� "'— S A A SIGNAL : _ A." .-„- '' ��.)r ✓ '"`r` �,°` :=`"` a--!F$� }, ^"r_. �i :,,.% � i \x>." +z F ,.. r{ a:c., lr Tg Q ; ''`o., = ^,.,` CJp S '^"`_---,.. b'„_. � "'^-••_, *y4 ..,.",. „q s< =J _ rU S ,r ] ,r^`sf f� "-"C ,"/ i C)QV 5 ,.,« .r r♦ 2 wt.,.a .nf \l - '... � L '-._,., �r 4 , \4\T ... � .® '---_._"' '^y� „"".,., v`""v'",. t� ! s -•- T _ a ,, f ,.,. � "fr ..-.'- , t � -x-'�.,_ �,,I .. `. r � R `i �l4,'. \}\�,� � ;`"^^.,..dlr..' f � f '"'. \ � '^„,,;•,,' "^.. ,Cy ""'� .'.,.,,,. 5�`•. ~ ,,,,/ f Y, A t %' 'L. 'rr. \' 3 ''•.' �}r ,]U 1 `'. '"„" _-\� i rw—.. ,.1 /t^t ,,7"',-_ `'` _"'-----." S ,,,4 "'.....,,\�� '."'^... y•.,^*.....,,.J Y e_ r ^"- .,,, '^ :r.,, « .'" i ` `..---- 5 a x 'r -_ - F 4v:\*,:ev' .E> � 1 7 £.. _ _ ., YI\ ! `",.,,`'^",. • T`"',.`'-.,.._. `-ti�'.,,v x ~--^ '''✓ '�'--'_P , f SD SGV ly ,��1� i . .,c^: PAL i TRE f �% r PAL . . r P TRE - - V A v _ P a �� , ryas � 1 0 PA --� Y .- AL - _ i �.. _ 17 L A q,.._ rs�o 8 17 TRE fiat: TRE PA VAUL- _ VEN VAUL 8 17 _ w ._«_w« .--- - S — ,, « j Y VAULT PAL A _ — A TRE A VENT TE -tel WALL M A ,�`.._, .. '•--. � � - -. � `"'`4i --, �'`--,` '`` SEE SHEET LC.1 FOR ADDITIONAL INFORMATION=`GENERAL NOTES REMOVAL NOTES CONSTRUCTION NOTES. 1. EXISTING UTILITIES SHALL BE PROTECTED-IN—PLACE UNLESS O6 — REMOVE CONCRETE SIDEWALK 10 SAWCUT OTHERWISE NOTED. 2. REMOVALS SHALL BE SAWCUT AT NEAREST JOINT. O— CLEAR '& GRUB 12 CONSTRUCT 8" TYPE 'A2' CURB PER CALTRANS STD A87A J. EXISTING TRAFFIC SIGNS SHALL BE IN PLACE DURING CONSTRUCTION AT ALL TIMES. 14 CONSTRUCT PCC SIDEWALK PER CITY STD -180—L 4. SEE IRRIGATION PLANS FOR DISPOSITION OF EXIS77NG IRRIGATION SYSTEM & FACILITIES. 15C CONSTRUCT CURB RAMP CASE 'A' PER CALTRANS STD A88A DISPOSITION NOTES 15D CONSTRUCT CURB RAMP CASE 'G' PER CALTRANS STD AB& E—PROTECT—IN—PLACE (ITEM AS NOTED) (YELLOW WARNING SURFACE) B ADJUST TO GRADE (ITEM AS NOTED) 17 CONSTRUCT IMPROVEMENTS PER LANDSCAPE PLANS C-4842 R28(CA) O I— 4 LEGEND _ + 0 PROTECT EXISTING STRIPING & MARKINGS UNLESS OTHERWISE SHOWN. _ EXISTING SIGN 2. SIGNING AND STRIPING INSTALLA77ONS SHALL CONFORM TO THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC W W - Z CONTROL ', DEVICES (CA MUTCO). THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION (CALTRANS) NEW SIGN & POST STANDARD PLANS AND SPECIFICA77ONS (LATEST EDITION),AND ALL ADDENDUMS THERETO, AND THE CITY OF U Q Q W NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD DRAWINGS, CURRENT EDITION. DISPOSITION NOTES 3. I1A1:11s] OSE INSTALL TYPE C YELLOW REFLECTIVE MARKER (TYP) FOR LOCATIONS WITH NO SIGN AT MEDIAN NOSE\ j NO SCALE �-./ SIGN R4-7 TYPE 'K' MARKER (REMOVE TYPE 'N' & INSTALL TYPE 'K' AT EXISTING SIGNS) INSTALL TYPE C YELLOW REFLECTIVE MARKER (TYP) 04 MEDIAN NOSE SIGN & MARKERS! FOR LOCATIONS WITH SIGN AT MEDIAN NOSE NO SCALE r-4 i 11 R6-1 R R4-7 16 3-2 BAL.BOA BLVD _ — — - TYPE N - - - - - - - - - G8-I(C -- ------ _g 1 R4 7 11+00 11 R&=9R _12+00_ _ _ 13+00 11 R6-1 R _ 14+C�- 8 0 TI - + - - --t-- - - i— - -�- - co SIP 10 R2-1(30)Lo Nr R28(S)(CA) 11 1 N I I I t ! R1-1 A R28(CA) 10 R28(CA) 1 R1-1 ]R6 -2R R6 -2L 15+00 —I - Q 2,0 40 8,0 SCALE: 1"=40' R6 -2R R6 -2L 1 R1 -1M Ln LL � J R4-7 10 W - R3 --T8 z O J _J 12 2 R6 -1 R6+00 V m + -I W w R28(CA)EII TYPICAL SIGN & POST INSTALLATIO ** = 30" FOR LANDSCAPE AREAS 24" FOR HARDSCAPE AREAS NO SCALE GENERAL NOTES LEGEND 1. PROTECT EXISTING STRIPING & MARKINGS UNLESS OTHERWISE SHOWN. _ EXISTING SIGN 2. SIGNING AND STRIPING INSTALLA77ONS SHALL CONFORM TO THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL ', DEVICES (CA MUTCO). THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION (CALTRANS) NEW SIGN & POST STANDARD PLANS AND SPECIFICA77ONS (LATEST EDITION),AND ALL ADDENDUMS THERETO, AND THE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD DRAWINGS, CURRENT EDITION. DISPOSITION NOTES 3. ALL STRIPING, MARKINGS, AND LEGENDS SHALL BE SPRAYABLE REFLECTORIZED THERMOPLASTIC UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL PROVIDE AND INSTALL RAISED PAVEMENT MARKERS FOR ALL STRIPING. STRIPING, MARKINGS, AND LEGENDS SHALL CONFORM TO THE LATEST CALTRANS STANDARD PLANS A20D AND A20A A PROTECT -IN-PLACE (ITEM AS NOTED ) 7",R7,�-�MOUNT THRU A20E. SIGN FLUSH AT TOP 4. PRIOR TO FINAL ACCEPTANCE OF STREET IMPROVEMENTS, ALL PAVEMENT STRIPING AND STENCILING WITHIN THE SEE PLAN FOR TYPE PERIMETER OF THE CONTRUCTION AREA SHALL BE RESTORED TO LIKE NEW CONDITION, IN A MANNER MEETING THE SIGNING & STRIPING CONSTRUCTION NOTES APPROVAL OF THE CITY. 5. THE CONTRACTOR SHALL RESTRIPE EXISTING STRIPING AND CURB MARKING OBLITERATED BY NEW CONSTRUC77ON 10 SALVAGE & RESET SIGN AS NOTED & ( ) WHETHER OR NOT SHOWN ON PLANS AT NO COST TO THE CITY. 6. TRAFFIC SIGN FACE REFLECTIVE SHEETING SHALL BE 3M "ASTM TYPE 11 " OR APPROVED EQUAL WITH PROTECTIVE (PLACEMENT OF SIGN TO MEET ACCESSIBILITY STANDARDS) xJ W "TELESPAR" TUBING PERFORATED GRAFFITI OVERLAY FILM OR AS OTHERWISE NOTED. Q BY UNISTRUT OR APPROVED EQUAL 7. SIGNS SHALL BE STANDARD SIZE UNLESS NOTED OTHERWISE PRIOR TO INSTALLATION NEW SIGN SHALL BE 11 FURNISH &INSTALL SIGN &POST �"" (AS NOTED ) w oAPPROVED BY THE CITY. EXACT LOCATIONS OF SIGNS SHALL BE DETERMINED BY THE CITY ENGINEER. (PLACEMENT OF SIGN TO MEET ACCESSIBILITY STANDARDS) 8. SALVAGED SIGNS AND SIGN POSTS SHALL BE DELIVERED TO THE CITY PUBLIC WORKS DEPARTMENT. vQ''i 9. STRIPING SHALL BE APPLIED WITHIN 48 HOURS OF SURFACE COURSE REPLACEMENTS ON STREET OPEN TO THE RELOCATE SIGN (AS NOTED) &FURNISH PUBLIC. IN NO CASE SHALL A NEWLY PAVED STREET OPEN TO THE PUBLIC BE LEFT UNSTRIPED OVER A & INSTALL POST AS REQUIRED ? ? 6" DIA CONCRETE FOOTING WEEKEND OR HOLIDAY. (PLACEMENT OF SIGN TO MEET ACCESSIBILITY STANDARDS) 00 10. ALL CONFLICTING STRIPING, PAVEMENT MARKINGS,' LEGENDS, AND RAISED PAVEMENT MARKERS SHALL BE REMOVED I I FINISHED SURFACE BY WET SAND BLASTING. BLACK OUT 1S NOT PERMITTED. ALL DAMAGED PAVEMENT DUE TO REMOVALS SHALL BE 16 REMOVE SIGN &POST (AS NOTED) &DELIVER TO CITY `O "►� REPAIRED AS 'NECESSARY TO MAINTAIN A SMOOTH AND UNIFORM SURFACE OR AS DIRECTED BY THE ENGINEER. 11. ALL CROSSWALKS, LIMIT LINES, AND PAVEMENT MARKINGS SHALL BE SPRAYABLE REFLECTORIZED THERMOPLAS77C 17 RE -INSTALL EXISTING PAVEMENT MARKING (AS NOTED) PER SPECIFICATIONS. a C-4842 * - PREPARED BY: SIGNING & STRIPING pROFESS�O u a\q� n A I n n A 1'� 1/ 1"1 TYPICAL SIGN & POST INSTALLATIO ** = 30" FOR LANDSCAPE AREAS 24" FOR HARDSCAPE AREAS NO SCALE o I -- O= T� d' ry W W Z J 0 = 00 U Q Q W U) A R6 -2R I I I A R6 -2R R6 -2R ( 20 40 8 �- R6-2L R6 -2L A R6 -2L ' R1-1 R28( ) A SCALE: 1 "=40' R5-1 A do S R28(CA) 10 101UGSN STOP R1-1 A R28(CA) 10 R1-1 A R2-1(30) 12 B S STOP d� S I d� S SIGN 4 ♦ -- _ _ v i _ _ r W W — — — — — 0 1 R4-7 _ 11 R6 -1R T R4 7 T _ _ 83-1uj 8 10 BALBOA LVD _ R4-7RJ- RJ-18 R4-;87 10 - - - J W 10 R4-� - o R -18 R3 18 1 R3-18 10 R3 - Z O Z = W3-1 BALBOA BLVD BALBOA BLVD (2)R6-1 R 12 ( I _ -� -- J b M' v VW 30±00 _ _ _ 31 +00 32+00 _ _ 3 + 34+0 T _35+00 _ 12 (2)R6-�R 00 _ _ 37+00 _ _ 38+00 39+00 ` _ _ 40+00 _ 41 = m _ W - -I----- - —1---- - —t - - -I - - 11 R6-11 - I - -{ - —} - —+-- - I-- - - —I - I -I- - I - I - T - T - I _ W r U) �P R i -1 10 R28(CA) STP R 1-1 10 R28(CA) Jc j S P >' R9 -3A A A R6 -2R A R6 -2R 10 R28(CA) 10 R28(CA) R2-1(30)41 2-1(30) 12 J R6 -2L co c R6 -2L -� -� M 10 R28(CA) cn R 1- f Q BUS STO SIGN M A R6 -2R R6 -2L f?28(CA) 10 O = Lo W W Z> JO UQ QW LLJ 2(f) PAY STATION gir.N o� oLL + W L J W z J -a = W Um F- W QW U) GENERAL GENERAL NOTES 1. PROTECT EXISTING STRIPING & MARKINGS UNLESS OTHERWISE SHOWN. 2. SIGNING AND STRIPING INSTALLATIONS SHALL CONFORM TO THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (CA MUTCD). THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION (CALTRANS) STANDARD PLANS AND SPECIFICATIONS (LATEST EDITION), AND ALL ADDENDUMS THERETO, AND THE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD DRAWINGS, CURRENT EDITION. J. ALL STRIPING, MARKINGS, AND LEGENDS SHALL BE SPRAYABLE REFLECTORIZED THERMOPLASTIC UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL PROVIDE AND INSTALL RAISED PAVEMENT MARKERS FOR ALL STRIPING. STRIPING, MARKINGS, AND LEGENDS SHALL CONFORM TO THE LATEST CALTRANS STANDARD PLANS A20D AND A20A THRU A20E. 4. PRIOR TO FINAL ACCEPTANCE OF STREET IMPROVEMENTS, ALL PAVEMENT STRIPING AND STENCILING WITHIN THE PERIMETER OF THE CONTRUCTION AREA SHALL BE RESTORED TO LIKE NEW CONDITION, IN A MANNER MEETING THE APPROVAL OF THE CITY. 5. THE CONTRACTOR SHALL RESTRIPE EXISTING STRIPING AND CURB MARKING OBLITERATED BY NEW CONSTRUCTION WHETHER OR NOT SHOWN ON PLANS AT NO COST TO THE CITY. 6. TRAFFIC SIGN FACE REFLECTIVE SHEETING SHALL BE 3M "ASTM TYPE 11 " OR APPROVED EQUAL WITH PROTECTIVE GRAFFITI OVERLAY FILM OR AS OTHERWISE NOTED. 7. SIGNS SHALL BE STANDARD SIZE UNLESS NOTED OTHERWISE. PRIOR TO INSTALLATION NEW SIGN SHALL BE APPROVED BY THE CITY. EXACT LOCATIONS OF SIGNS SHALL BE DETERMINED BY THE CITY ENGINEER. 8. SALVAGED SIGNS AND SIGN POSTS SHALL BE DELIVERED TO THE CITY PUBLIC WORKS DEPARTMENT. 9. STRIPING SHALL BE APPLIED WITHIN 48 HOURS OF SURFACE COURSE REPLACEMENTS ON STREET OPEN TO THE PUBLIC. IN NO CASE SHALL A NEWLY PAVED STREET OPEN TO THE PUBLIC BE LEFT UNSTRIPED OVER A WEEKEND OR HOLIDAY. 10. ALL CONFLICTING STRIPING, PAVEMENT MARKINGS, LEGENDS, AND RAISED PAVEMENT MARKERS SHALL BE REMOVED BY WET SAND BLASTING. BLACK OUT IS NOT PERMITTED. ALL DAMAGED PAVEMENT DUE TO REMOVALS SHALL BE REPAIRED AS NECESSARY TO MAINTAIN A SMOOTH AND UNIFORM SURFACE OR AS DIRECTED BY THE ENGINEER. 11. ALL CROSSWALKS, LIMIT LINES, AND PAVEMENT MARKINGS SHALL BE SPRAYABLE REFLECTORIZED THERMOPLASTIC PER SPECIFICATIONS. LEGEND SIGNING & STRIPING CONSTRUCTION NOTES = EXISTING SIGN 10 SSALVAGE & RESET SIGN (AS NOTED) = NEW SIGN & POST (PLACEMENT OF SIGN TO MEET ACCESSIBILITY STANDARDS) DISPOSITION NOTES 11 FURNISH & INSTALL SIGN & POST (AS NOTED) .7 �7 (PLACEMENT OF SIGN TO MEET ACCESSIBILITY STANDARDS) E -PROTECT -IN-PLACE (ITEM AS NOTED) 12 RELOCATE SIGN (AS NOTED) FURNISH & INSTALL POST AS REQUIRED (PLACEMENT OF SIGN TO MEET ACCESSIBILITY STANDARDS) 13 REMOVE PAVEMENT MARKING 14 INSTALL 12" SOLID WHITE CROSSWALK 15 INSTALL PAVEMENT MARKING (AS NOTED) 14 a, d BE1om F a y 0 N rn rn 3 r a. -^a ^1 m �Y C STq RF p - by • 'qR0 P44 C14 r4lo4 1 7?4 - - ,s \ _,.,,�t,> v..y /!/Fri•./( !.�" � rrl/ `'i'/,'F f:9 � f �ufT \ \ \ — Q 1,5 30 6,0 SCALE: 1"=30' CALTRANS R/W WEST COAST HWY /-CALTRANS R/W • Jf l � :F .m�.. ---- M.. — ——....._. — — — ____ /-CALTRANS R/W • id's r TRAFFIC CONTROL WORK HOURS '9am - mmillo. ----- --- ._.a — — — — ,_._....._. — _._ _...e yLL F II WEEKDAYS ONLY 17— / s_ . DWY -7 1 ....._._ �_ .._.�.. ml O V MAINTAINF DRNEWAY a v v— Jo.�-�• ACCESS INSTALL SIGN G20-2 'END ROAD WORK' INSTALL SIGN R9-11 a(LT) 'SIDEWALK CLOSED CROSS HERE' SIDEWALK CLOSURE SIGN LOCATIONS CALTRANS R/W WEST COAST HWY aF� \4000� \ 1 INSTALL SIGN R9-11 a(RT) 'SIDEWALK CLOSED CROSS HERE' SCALE: 1 "=30' LEGEND TRAFFlC .CONE (25# SPACING) TEMPORARY SIGN DIRECTION OF TRAVEL GENERAL NOTES �- w - ==— --� — ____ _. _ . s � — 1. EXACT LOCATION AND POSITION OF ROADSIDE � � ____ � � � � � � � � SIGNS TO BE DETERMINED BY THE ENGINEER. CALTRANS R/W mmoo- ti ...®. ........ �. ........ ._._. ....... _._w_ .� _._ - m _ MAINTAIN DRIVEWAY- -- �- - � __• �. - - - .._.. �. - � I� �..� .�." p� � }ACCESS, INSTALL SIGN G20-2 [F END ROAD WORK La RIN TRAFFIC CONTROL NON -WORK HOURS 3pm 9am WEEKDAYS, WEEKENDS AND HOLIDAYS C-4842 I .m�.. ---- M.. — ——....._. — — — ____ id's r TRAFFIC CONTROL WORK HOURS '9am - mmillo. ----- --- ._.a — — — — ,_._....._. — _._ _...e yLL F II WEEKDAYS ONLY 17— / s_ . DWY -7 1 ....._._ �_ .._.�.. ml O V MAINTAINF DRNEWAY a v v— Jo.�-�• ACCESS INSTALL SIGN G20-2 'END ROAD WORK' INSTALL SIGN R9-11 a(LT) 'SIDEWALK CLOSED CROSS HERE' SIDEWALK CLOSURE SIGN LOCATIONS CALTRANS R/W WEST COAST HWY aF� \4000� \ 1 INSTALL SIGN R9-11 a(RT) 'SIDEWALK CLOSED CROSS HERE' SCALE: 1 "=30' LEGEND TRAFFlC .CONE (25# SPACING) TEMPORARY SIGN DIRECTION OF TRAVEL GENERAL NOTES �- w - ==— --� — ____ _. _ . s � — 1. EXACT LOCATION AND POSITION OF ROADSIDE � � ____ � � � � � � � � SIGNS TO BE DETERMINED BY THE ENGINEER. CALTRANS R/W mmoo- ti ...®. ........ �. ........ ._._. ....... _._w_ .� _._ - m _ MAINTAIN DRIVEWAY- -- �- - � __• �. - - - .._.. �. - � I� �..� .�." p� � }ACCESS, INSTALL SIGN G20-2 [F END ROAD WORK La RIN TRAFFIC CONTROL NON -WORK HOURS 3pm 9am WEEKDAYS, WEEKENDS AND HOLIDAYS C-4842 I °•31 " eel' 0 m - f ✓ / i / ~ 1A30i 1.82 Z, - Q - , -476410 z 21.7 15.90 N `047637.7 1'74814.31 N., W4317.00 C_> i�604762 '2�1`i4317.98N ;.:Y ;: •w EXISTING o �j74317.95 N r ` . \ CONCRETE i / r 6047621.§3 P ✓ a\ SIDEWALK 01-T4323 .50 N r :fia: e. o / r 6047606. �x k "5 •''` 1328.42 N �j ✓ ! ::,��;: :; p e Gj� s 6 7593.9q CO2174334.171 1_ ' ' C NS R.O. TRUCT NEW CU & GU R -�2�7a339.10 604756,5 REF TO CI P 2 344.97 D! / ' "F•' ° 0475x9; 4355.471 ✓ 1 e r " 604753 #2 ✓ \ s 1 rar r r r � r r � r r � r \ � r r � r " q '� Ca CLR. , ` TYP. NOTE: REFER TO DETA & 3, SHEET CD.3' FOR DECORATIVE PANEL CEME T C s Ci CONSTRUCT N ZURB RAMP t f -8 CLR r r s -ffO CIVIL PL? ,'` I , t (FROM \ ' ,GINNIN JACK IN THE BOX - , f 1 QRAMP B ' ' �` =r PA 0 r r 2174324.53 N 1 r 4 r \, 6047491.28Er r r ' k0o , '` °` 7 INSTALL ECAS� VINE r CD f 5� ,CSNbbTRUCT NEW CU , IG�P - \ 2174285.81 , _ ,,, 'REFER TO CIVIL P ,, ' �'r s 1 _ - so475o2.1a E ° r __-may ` CD.1 PLANTE LAC S) r > i ✓ % ' ^217 04.91 N / f -24 - % --. L , r r , 60477164.5¢ s L C 1 Ci 1 a \ �` r .: ° Air req Q C7 Q t ` 21rI fY80 N P2 R P2 V J 2174438.41 N ✓` `Y {j} .6 363.27 ✓ 1 P2 1 P2a0 1 b ° +- ° ,, r CD C'7 /� 6047332.94E .✓ r \ r r ' r n 217 .24 N .�- 4416.03 N _ ,r � . `�''" �" � �`"" 2174215.35 N e4 `4-- ' lJJ 4+p0 ``�2174446.00 , , f 7358.46E j / 174395.40 1 (j 1 Cr SD 6047533.70 E 2174208.79 N ,, 604737 PA rt R=50 -$, :- `%` ' r r , 00 -rY 6047332.98 ' '`_ L=41'-4" S13 6047535.93 E 50 a ;� s 17 5.94 N + F; : - / CD --- --`' ..-� � .-- ...-• � ,e.- K=')6:. , `e 1 e 2174164.22 N ,% a - 1 cy 604737 . 5 E 0 ` 1 C j •;: r 6047551.08 E- r r r Fa .- -°-" '------•- 2174263.08 N � r - '-5r. L=12 3 24 - sC c�(3 6047514.13E -2174451.61 N-�° •e;a -- a `' r �n r V ° ` .-- ""`c'a w--• ' 6047320.62E•r" . 1 C L=75S to ' P 1 b }- 2174234.68 N M' EXI.S'�TIG ` 9 7" 1 2 A ®3' i pa' �- - �% , ' `` 6047523.78 E Ju% CON "'ITE ®V x-fill CONSTRUCT NEW MEDIAN L + X31' 1 P " .,..SIDEWALK S " ' ®PA r ,217441�.o71d- 2' :� � - -1r + - m .. r REFER TO CIVIL PLANS � 1,�. a 217 199.69 N v -- -- R FE Ec OC g '`�� 1 o \ CD .'�---5- ' � `+ ''meq_ "' "_ .. a �' 6047535.68E -.." Ci y -... - 50'-•8:3" ' c� R,,. 4 E B �� EXISTING -- r r ` ✓' r Q a PAS -25 ��21 6 2174412.92 N PA .r T ::'...'.:. a �+ O 2174171.29 N Li ONCRETE c a (D - 6047352.72E Iq SID WAL tp {_ -f //�•� r _ I O' 6047545.34E, 1121743- 9D.53� _.- O0�°2 444718 78 N 2174436.88 N 2174399.94 N 047363.48E 2174373.316047318.17 E 6047330.37 E 6047356.91E6047382.03E2174464.63 NJ 4393.46 N 2174383.49 N 1.. • 6047301.67 E 2174445.61 N 6047363.51E :.4 .. 4 ' " D 1 b 1 •HIS SH r 2174434.12 N 2174398.95 N 6047376.45 E 8 s` 6047317.64E h ' : ;.: ': ;:: / ✓ 6047334.59E 6047359.66E 2174397.35 N ! •) f 1 _..: it r to %� , S1) .1 f ( - 6047367.80 E 2174382.83 N , Q ��-® _ ��•� - ou'lr Jr c. r r C `-..............�.. ,,.. ... ,�� r' `ryy :•• - ' 8-1,00 ir (� "'""_"- r o•'1• i ■ EXISTING TREE (TYP.) 2�Q as 4 2 &L ' + `* ° :.;:.,..�� as _ z,% C CONSTRUCTION MATERIALS SCHEDULE -- - ' 3'= ;:4 �� �Q Cn `\ w�"�_- - HARDSCAPE / PAVING (.° ,` _;:. :;. ,;:. 7` ��a ��-� x-° o KEY DESCRIPTION MATERIAL & MODEL # MANUFACTURER / SUPPLIER COLOR FINISH DETAIL / SHEET NO. 8' s`..r,•. INTEGRAL COLOR DAVIS COLORS GREEN SLATE - 3685' CONCRETE800.356.4848 PH DETAIL2, �` + / / ``' ,+ STING -- - ' is CONSTRUCT COLORED CONCRETE SHEET CDA FLATWORK WITH RETARDER FINISH TOP -CAST -25 RETARDER GRACE CONSTR. PRODUCTS RETARDER FINISH 16 CONSTRUCT CONCRETE FLATWORK REFER TO CITY STANDARD DRAWING 182-L HEAVY BROOM FINISH AROUND TREE GRATE REFER TO DETAIL 3, SHEET CDA DAVIS COLORS SEQUOIA SAND -641 DETAIL 9, COLOR CONCRETE PH. 800.356.4848 SHEET CDA 1c CONSTRUCT COLOR CONCRETE BAND TOP -CAST -05 RETARDER GRACE CONSTR. PRODUCTS RETARDER FINISH REFER TO DETAIL FOR REFER TO DETAIL FOR DETAIL 1, CONCRETE "SERPENTINE" COLOR CONCRETE SIGN COMPONENTS BY: INTEGRAL COLOR WALL FINISH SHEET CD.2 SCONSTRUCT 1d GARDEN WALL w/ "BALBOA PENINSULA" BRAVO SIGN DESIGN SIGN PH. 714.284.0500 ie CONSTRUCT CONCRETE WALL WITH COLOR CONCRETE REFER TO DETAIL FOR REFER TO DETAIL FOR DETAIL 1 & 3 DECORATIVE PANELS INTEGRAL COLOR WALL FINISH SHEET CD.3 OINSTALL i1 5' SQ. (FULL) TREE GRATE (ADA) VIA RIZO: #6092, WONE PIECE IRONSMITH INC. CAST IRON DETAIL 5 & 8 22" DIA. TREE OPENING STEEL FRAME #6000F PH. 800.338.4766 UNFINISHED SHEET CDA OINSTALL 1ff 2'-6"x5' (HALF) TREE GRATE (ADA) VIA RIZO: #6092, WONE PIECE IRONSMITH INC. CAST IRON DETAIL 5 & 8 22" DIA. TREE OPENING STEEL FRAME #6000F PH. 800.338.4766 UNFINISHED SHEET CDA 1g CONSTRUCT PRECAST COLUMN CUSTOM PRECAST QUICK CRETE PRODUCT REFER TO DETAIL FOR REFER TO DETAIL FOR DETAIL 2, PH. 800.230.1377 INTEGRAL COLOR WALL FINISH SHEET CD.3 1h INSTALL PRECAST SEAT WALL CUSTOM PRECAST QUICK CRETE PRODUCT REFER TO DETAIL FOR REFER TO DETAIL FOR DETAIL 2, 3 & 4, PH. 800.230.1377 INTEGRAL COLOR WALL FINISH SHEET CD.2 1i PRECAST PLANTER RING CUSTOM PRECAST QUICK CRETE PRODUCT REFER TO DETAIL FOR REFER TO DETAIL FOR DETAIL6, PH. 800.230.1377 INTEGRAL COLOR WALL FINISH SHEET CDA 1j NOT USED DECORATIVE PANELS CUSTOM CORE -TEN BRAVO SIGN DESIGN SEE DETAIL DETAIL 1, SHEET CDA ik P1 -PANEL DESIGN P1 LOCATION PANELS WITH DECORATIVE CUT-OUTS PH. 714.284.0500 NOTE: THE FINAL LOCATION OF DECORATIVE PANELS SHALL BE (L2,) -PANEL DESIGN P2 LOCATION COORDINATED WITH THE LANDSCAPE ARCHITECT PRIOR TO (ED -PANEL DESIGN P2R (REVERSED) LOCATION & STAINLESS STEEL POSTS INSTALLATION 11 CONCRETE CURB @ BACK OF WALK CONCRETE NATURAL MEDIUM BROOM DETAIL 5, FINISH SHEET CD.2 im PRECAST BLOCKS CUSTOM PRECAST QUICK CRETE PRODUCT PH. 800.230.1377 REFER TO DETAIL FOR INTEGRAL COLOR REFER TO DETAIL FOR WALL FINISH DETAIL 6, SHEET CD.2 PREPAR REFER TO COVER SHEET FOR GENERAL NOTES +, j.. :. ` e" s✓©• RETE / S -- +3 P SID :,�>,a;'z, '• a_ ""`'m°""'"' [^' _ l ` - O 7-1 (2, -THIS SHEET) f C � P/ Pi � 1 P2 R Pi P2 P1 0/10 TV( `J 'x" S �to o AIL OY �' 46 STREET Scale: 1"= 20'-0" 0 5' 10' 20' 40' C-4842 I U) I I J f PA I PA f 1 rF J ' PAa :� '.l °I + i ;' 45 TYP. 45 1TY_.-.-.1TYP. BUS STOP ° + + P +, r + PA j i OS Q ! ° + PA — PA — w CD .0 1 1 b 1f (17 THIS S T) w 1 b ,' - ® _I� w_ _ aW w_- w_.� w w �---v w — ua ' IA (!� W �.. 1b � 1b 1b 1b 1b - Zla `� — — — 1k _1k — — CD � � d Q � — � — � �`"y/ <M �____ — � e � � - � I � P2 P1 P2 R P7 I P1 — P2 P7 P2 R P1 I CD W Q U % C /CD "IIIU-B: _ �V BALBOA B ? ULEVARD 7n o f f/ PA _ /r -V 1 (23 THI SHEAT) CONS RUCT NEW MEDIAN CURB- ;:v l REFE TO CIVIL PLANS U) ■ CI P7 P2 R P1 P2 P1 Pi P2 R P7 P2 P1 P2 R P7 P2 Pt P2 R P1 P2 P1 0+00 — _ — 1 1 +(36 _ 1 — 1 1 k 1 �0 e __ — +00 14+(�6 — --15+00— — — — Cn - - - -T- - - .� 1 b 1 b - �- - 1 k 1 k 1 k _ _ -�-- - - i - -� - _i 1 1 �I ■ 1b 1b - TQ 1b --_ , Cn _- -_ _ - TV C) - . t di C -I _ T�'(0N) - V(019� P 7 — (�N � i ®® + . +; CD -` CD OH) + + \ �� B I __� .® ...._... tRt .__._ ..s iA - ._,..,� 4P n ¢ ,.. 6 a 6N I * / / ;..; �; w ° 16\ rt i _ ' _ ` © c�� i I1. "' "V(Ohl) .: TV OF -9 4TiY� RTZ Y —u _ .tl' e n 4x B`1/��7 J YT V r 3d'i Bti_ ..,_...._.a,__" ti ._....__. _ a ww R 0 I I ~O fi.. 4f} .• -� f �f � l / � 1 1+ 4 1 1 al 1 { I I I I I lip f E EXISTING TREE ■� � �-% I PROTECT IN PLACE (TYP.) 46 ALLEY 45 ALLEY 44. ALLEY V 43 STREET STREET STREETSTREET ONE-WAY ONE-WAY ONE-WAY Scale: l" = 20'-0" ONE-WAY 0 5' 10' 20' 40' Q) U) U) H Imo., aoi U) Co N .l wW z d Co EL Q wUa�- P _j f/�~ IPA //�, 43 ALLEY STREET ONE-WAY REFER I i I r a I i c�) TO COVER SHEET FOR GENERAL NOTES 43 ALLEY STREET ONE-WAY REFER TO SHEET FOR LC.1 FOR CONSTRUCTION MATERIALS SCHEDULE REFER TO COVER SHEET FOR GENERAL NOTES - T E V( !)1-I) — 42 STREET ONE-WAY I 1b 1b I 1b BALBOA BOULEVARD I fro' I 1 1b Y KIN ;TYP. I � i w w w w w_ w P1 P2 00 1 k) IF 1 b�' tr) 41 STREET ONE-WAY wh N �� i p n I I � ✓� 1 i I I �� I 1 /� � � 4 r..�° --- w w w w v !/ w - `: - -----,w _. w I �. �r ---- S SD _SD -- SES SD --- 1b 1b 1b 1b 1 CCD CD CD PA , CD CSD P1 P2 R P1 P2 P , " _ 2100 — — — = _® 15 I BISTOPb P PA E - E. 5° TYP Y ]. T �0�; + + VON � i r — I I CD I — A L L E Y Scale: 1"= 20'-0" 44 0 5' 10' 20' 40' STREET ONE-WAY C-4842 px II i I I Ej SUS STOP w — w __ a_ w __ --__-__ w w w - ----w - 1b 1b I 1b BALBOA BOULEVARD I fro' I 1 1b Y KIN ;TYP. I � i w w w w w_ w P1 P2 00 1 k) IF 1 b�' tr) 41 STREET ONE-WAY wh N �� i p n I I � ✓� 1 i I I �� I 1 /� � � 4 r..�° --- w w w w v !/ w - `: - -----,w _. w I �. �r ---- S SD _SD -- SES SD --- 1b 1b 1b 1b 1 CCD CD CD PA , CD CSD P1 P2 R P1 P2 P , " _ 2100 — — — = _® 15 I BISTOPb P PA E - E. 5° TYP Y ]. T �0�; + + VON � i r — I I CD I — A L L E Y Scale: 1"= 20'-0" 44 0 5' 10' 20' 40' STREET ONE-WAY C-4842 1 L 01 N b1 +� 1 VJ 1 U .,1 U _ CU � O Fri 1 1 I. 40 STREET ONE-WAY Gni 4507YP. w¢�V _ c� 4Uf �OV� — > eI _ PA 1 (21 THIS SHEET) 23+(� — P2 R Pt P2 Pt U — 2 P1 P2 R Pt P2 P1 i — 1b — 1k 1b 1b 1k 1b 1k I r 1 0 i I H � 1" - ALLEY 1 1 (D cf)� SFr pay L N1 Cn C ' .0 — Cu H 37 STREET ONE—WAY 01 II 45°ITYP. I I • I I :. it 450'—,TYP. ° I -SLS -' SD -�—° w w _ w --- _ w w -------�-�• w w w w w w_ _ w _,_►_ m w L, 1b 1b 1b 1b L,�, _BALBOA BOULEVARD C9 _6= CC- Lu 25+00 m-- Pi — P2 P1 P2 ! P1 26+0 P1 P2R P1 P2 +00 1k 1b 1 cit 1 1 1b 1b 1k � I I � I I I ALLEY 39 38 STREET STREET ONE—WAY ONE—WAY 38TH STREET PARK tA 45°I TYP. i 1F. I I it/i —w ----w w -gym t P Vv Yu Bx --w _w w V", "— YY w w "' 4v 1—w Y5 Y4! — W —. w— w — — w -- -- > 1b 1b ® �30+00— REFER TO SHEET FOR LC.1 FOR CONSTRUCTION MATERIALS SCHEDULE REFER TO COVER SHEET FOR GENERAL NOTES 13ALBOA BOULEVARD 41 ! !! q d d `0 w P2 R P1 _~P2 > E- a cn I— WOM Mims I Um 38TH S 1 TREET PARK 1 1� ■ n r CD Cr IV w CD 1CID ! Io t , I+, `♦ w • 1 i t �© ! T D r CD P1 P2 -- 29+@0 1 ;:p 1b 1b IN i >;in ut (D[/��] CD 1� 1 1111 Scale: 1"= 20'-0" 0 5' 10' 20' 40' m P1 P2 R P1 P2 P1 P1 P2 R P1 P2 P1 Z .. P2 R Pt P2 _ — �I CL 32 s _ 1 k — 3 +-e0 �ao 1 k 1 k — 1 k I o — 1 1 1 k 34+00 1b Lu o> 1b 1b 1b— 1b 1b —1 1b 1b `� HDU .--r-- T - _ �—E l.: I p 5°;TYP. + , O r'., , 45°I,TYP. OH . lr,✓, ,.. .moi/: // `. .moi i. I I i��. J I cra I I T. ALLEY 3 6 Scale: 1" = W-0" 35 STREET STREET ONE—WAY ONE—WAY 0 5' 10' 20' 40' v Ai�� 1 1 1 1� r CD Cn 1 CD 1=r 1CD 0 CSD _ r 1 1 C-4842 I ■ 1 I 1 1 I I 4-a, I VA M VA 45 ,TYP. O M 1 b 1 f (16 THIS SHEET) 1 b 1 b U, WW U , za. ZZ J _ 0.5 — O' w- s ay r ay / / e r w e it 1 It IPA 1 11 it ya s ea f io re tS'� < ® \ s U) , 3 1 (10 THIS SHEET) Pi P2 R P1 P2 Pt W f- — — — 3-+00L-� -- _� _1 1 _ 1k _ 1b 1b 1b7` --a CID ' I I ALLEY C Cn I 1 L - - Vii _ — IN CL N ' LL J I L .V CIO 2 ' I 0 �I 32 STREET 0 f N IIS 0 I 6 E cn BALBOA BOULEVARD i 34 STREET ONE—WAY EXISTING -- --'1'—• •'•. ;, i; CONCRETE > 61b '�---•—__.� SIDEWALK LU ar EXISTING Z 0- CONCRETE W N--- .•.• -- —� Ul -- taur�...•®—o.— _ w — w SIDEWALK W� •-- Lu --® ui �O>� + p PA — _ 42+00 -- -- __ 43 00`— EW IAN -- = REFER TO CIVIL PLANS I I I I I I I ALLEY r—f- r CD �CD CD No V) , CD 2 R P1 P2 P1 P1 P2 R P1 P2 P1 Pt P2 R Pt P2 P1 Pt P2 R P1 P2 P7 r,, 700 _ —8+00 39+ — — — — 4000 — 41 00 1k — 1 1k 1k 1k , 1b 1b 1b 1b 1b 1b 1b —. o TV U PAe P. :: f ALLEY 33 STREET ONE—WAY I U) I CONSTRUCT NEW CURB & GUTTER — REFER TO CIVIL PLANS .: PA PA s c c Ht. t W CONSTRUCT NEW DRIVEWAY APRON CONSTRUCT NEW CURB & GUTTER - CI oGPLANS ---— — — REFER TO 61VIL PLANS RI H — — _ — + PT; 10+00,00 0 46+0 1— — PA izo B A L B O A BOULEVARD NEW MEDIAN ISLAND - REFER TO CIVIL PLANS NEW PLANTER (8 THIS SHEET) t REFER TO CIVIL PLANS PA tiYa (OH) TV OH - I I { I I I ALLEY 30 STREET REFER TO SHEET FOR LC.1 FOR CONSTRUCTION MATERIALS SCHEDULE REFER TO COVER SHEET FOR GENERAL NOTES 31 STREET I I li I ALLEY 1--1 A _ Cl) :;.Itfu 45° P. Cs n Scale: 1"= 20'_0" 32 STREET 0 5' 10' 20' 40' �I �I 1 I I� I , 0 I I � ' CD" -~-E E E - E C F E .. - PA PA � RUC NEW CURB RAMP — U) TO — — , N CCD 4 -- PA { — — n NEW MEDIAN ISLAND - ' �O REFER TO CIVIL PLANS , a I� CD PA nA � V(OH) i) TV OH r �On TV 1 II , ALLEY Scale: I"= 20'-0" 0 5' 10' 20' 40' C-4842 �1 P L --- E _ E - - — E _ J 1 E ®-- - E E --E �1 N O .0 - — — i — :::��— -- -- -4 — a1 n1 C7 (D1 i U ---TV01i -� cc 1 I i 29 STREET LIr Ju 6 030 ,217 05.55 605 304.16 CID C i NSTRUCT NEW CURB RAMP REFEI-TO CIVIL PLA... PA I DC7 a �_ � NEW MED 1 — — REFER TO CIVIL PLANS —I (D _ I — E® E _! �I T - co1 I I I 1 1 I I 1 I �6 ALLEY 26 STREET REFER TO SHEET FOR LC.1 FOR CONSTRUCTION MATERIALS SCHEDULE REFER TO COVER SHEET FOR GENERAL NOTES E - E a am _E E — E_ —E � —'E -®E E E E — �. r SD (D 1_ — _ W _ . yp — UV tN RRA - - ° Gay 4"dV d 4aJ — yV . ®... W -- — 4 ®- W — w Nt Ul -- b�! W ' Z I BALBOA BOULEVARD - 51 9 Ln cn CD 52+00 1 CD Ld — — 51+00 — — -- --- — _—� J �— PA _ — PA — ----F— — ---- O - - __--- --- NEW MEDIAN ISLAND - NEW MEDIAN ISLAND - r REFER TO CIVIL PLANS I REFER TO CIVIL PLANS (p 1� - a --E PA PA PA ,__. � E PA E , E E Cn E — �V E a E MUM) - �......® yB V( YO_ s ® _....-._.. 1JI 1) �— 6 V(IJI 1} I Y__n.__`...„"" - S V 1.068 —P—I V(416 6 tJ \V I _®® c t .m ...e4._ '." 4 Y l,ff ! - H) —� _ TV — s CD. I� I II ITr7 � 1 ALLEY ALLEY 28 Scale: 1" = 20'1. 27 STREET STREET 0 5' 10' 20' 40' 2�io34I," 35 N EXISTING DRIVEWAY APRON I Z. ( 665032.23E !/ 21 0308f.06 N 2170287.93 N 1 503 5.67 E o 6050335.51E q PARkING LOT 217 307.3 N r o 2 - SEATWALL 'A' ° 6 03192 E �: .. •$ � 1 h � [Ij 3 - SEATWALL 'B' 1;'0. 23 32' 1 h 4 - SEATWALL'A' 1 h 6 - SEATWALL'A + 21 60 7 0332.94E 1 h 4 - EA ALL 'A' 2 - SEATWALL 'B' 3 SEATWALL 'B' sR+ +(7d�� 'el 1 I (7 THIS SHEET) � A - 6rti�o 6 - " ` a P• ; • 21 0276.55 N 60 0325.14E , y4'r • r n51 611 ® I + + ; PATWA 3" 1 h 6 - S TWA 1 h 2 EATW S ALL 'B' a ' , ::,: ': : . . �. Ory; _.•'--.-w l? � r , P .v . � SE L � 1 F s PA 1 y + r t p� rl y y .: ^ o o k. PA ti y y �• p`ti a y ry y y �ti 1 ^ a N ^ o y s: :a" �' y ^ y zw � . -�( e \ ai 44` R N s ^ per ^° °.^�,.m,_o�ap- ^°�` 1 b ` `_ W µp `' `' ,�� 4' yo ^�v :_ `. - + 1 o W o M 1 :• •= a 1 y ^ yo r ry py �. y0 .. y0 ^•� y0 ^ y0 ^1p ®.o....a�`C' �o�'(. +\- "' Val '�' �. tq ^ • ` ,. p ` , , tiyp 11 O fi ri p rL p ti N p p �." To 1 y y y° y tiyo ^� yoy ^�° pr'^ ® o^ otiy� oyryo, yQ, ry^ ^y #f .:' 1 1' y 9 yo y=� oy`' �ry�y�� yo=� o,`'�, 4 + y y° tiyo ti ypy o 1 b o� �° p°`� 1y ti" y� y( B A L B O — - — ��py ry °°^wry s T� ��4 56+00 BOULEVARD _ ^ NH y tiyo ry �y �� BE C 1c €1r ~..... ----- tiyo PA -- -, _ + — 5 +00 — tL B — —'` US SrO NEW MEDIAN ISLAND - PA � � ��-___ `y EXISTING DRIVEWAY APRON REFER TO CIVIL PLANS — I NEW MEDIAN ISLAND - 5 NEW PLANTER (12 THIS SHEET) - REFER TO CIVIL PLANS — •' — � -- REFER TO CIVIL PLANS SD -- I I I � o I ALLEY ALLEY Scale: 1"=20'1 ALLEY 25 24 STREET STREET 0 5' 10' 20' 40' C-4842 j STEEL ANGLE FRAME BY MANUFACTURER. INSTALL PER MANUFACTURER'S SPECIFICATIONS NOTE: UNLESS OTHERWISE SHOWN ON PLANS, THE CONTRACTOR SHALL COORDINATE LOCATIONS OF ALL WEAKEN PLANE AND FINISHED IRON TREE MIN. 4" CLR. EXPANSION JOINTS WITH THE LANDSCAPE ARCHITECT. A WEAKENED SURFACE GRATE (5'x5') FROM TOP OF ROOTBALL PLANE JOINT WILL BE REQUIRED FOR EVERY 50 SIF OF CONCRETE AND 1/2" MAX. FINISH REFER TO CONCRETE FINISH AN EXPANSION JOINT FOR EVERY 150 SF OF CONCRETE. MATCH GRADE FLATWORK DETAIL 1, THIS G DE GRADE SHEET CURB V %] R=112" (2") WHEN ADJACENT TO SHRUBS CONCRETE FLATWORK WITH EXPOSED 77 .4 RETARDER FINISH. REFER TO CONSTRUCTION 4 v4 I MATERIALS SCHEDULE, SHEET LCA 4 4' 6" . . 30" SQ., HAN DTOOLED, . '4 Is '4* WEAKEN PLANE JOINT 12" .4 AROUND EACH TREE HAND -TOOLED q GRATE LOCATION PLANE JOINT 4 ' 4 1 °Q o 'A:4 STL. STUD WELDED TO STEEL 44 ANGLE FRAME 95% COMPACT .4 1 1/4' A _4 Vo 811 SUBGRADE --------Y 111111 co -�4 . 4 3 95% COMPACT 24" ROOT BARRIER,.085 INCH 4 t . . 4 SUBGRADE ELI I I,iII III THICK, WITH 1/2 INCH RAISED 30" 1% . . . . I I -11 IEE'' 95% COMPACT 900 MOLDED ROOT -a,e_ El I DEFLECTING RIBS, ALL SIDES. SUBGRADE --I I M I IHEI I EEI I IEEI I PLAN VIEW IE] I I -- SECTION SECTION 111 1-011 DRAIN ROCK 91 1 SECTION_ 1 =1 1 =1 -011 F 5 TREE GRATE FRAME 4 THICKEN CONCRETE EDGE 3 -[-§C—ORE PATTERN AROUND TREE GRATE 2 COLOR CONCRETE FLATWORK 1 NOT USED IRON TREE MIN. 4"CLR. GRATE (5-xq FROM TOP OF ANTI GRAFFITI COATING MODIFY STEEL ANGLE FRAME BY 1/2" MAX. ROOTBALL I MANUFACTURER, REMOVE STL, STUDS AND WELD FINISH WEST COAST HIGHWAY SHOPPING MODEL: ARMAGLAZE WB 6000 TO ANGLE BAR SUPPORT, CURB SIDE ONLY MATCH GRADE < BALBOA BLVD. CENTER COLOR TO BE: CLEAR EXISTING GRADE CURB& >- STAINLESS STEEL SKATE 5" DETERRENT (2 PER PIECE) FINISH TO BE: SATIN AVAILABLE FROM: AQUARIUS COATINGS INC. 32" Rl 'It GUTTER% 1 1 R411 2 PHONE: (800) 661-2298 6 -------------------------------------------- 2 5 ilz- 12" 1 0 FACE OF WALL 10 01 PRECAST APPLICATION: APPLY TWO COATS PER Q MANUFACTURERS RECOMMENDATION. --- ----- ------ t' to SLOPETOOPENING CONSTRUCTION NOTES PLANTER RING OPENING FINISH U) lqr LLJ (2 PER PLANTER) . %. ." EEI I IEEI I IEI I I— PRECAST VINE PLANTER SURFACE - cc .* N A 3"x 2"x 6'LONG ANGLE BAR — -- — — — — — — — T 7• I I MODEL NUMER: CUSTOM COLOR: ADOBE TAUPE (Cll) co It. I ANCHOR PIN, SIZE, QTUANTITY AND INSTALLATION PER PRECAST PLANTER RING SUPPORT. WELD 00 FINISHfrEXTURE: SANTA FE SANDBLAST (T3) ---- -------- 1% MANUFACTURER CES) MANUFACTURER'S FRAME It % SEALER: MATTE SEALER (MT) bo ------------ DRAIN ROCK TO ANGEL BAR. CURB SIDE co J: MANFLIFACTURER: QUICKCRETE PRODUCTS CORP. ONLY. ATTACH TO CURB PNONE: (800) 230-1377, ------- . 4 1 PALM TREE, SEE WITH (4) E'10 x 3 "' LONG RED 8 2 SECTION• HEAD WEDGE ANCHORS -------- SUBMIT SHOP DRAWINGS FOR THE LANDSCAPE .' CONCRETE BASE 14 PLANTING PLAN r6a 1 1 =1'-0" 24" ROOT BARRIER, INCH 211-10 450 ARCHITECT'S REVIEW AND APPROVAL. 95% COMPACT + SHRUB TYP., SEE 7K THICK, WITH 1/2 INCH RAISED 900 MOLDED ROOT SUBGRADE I.PLANTING PLAN DEFLECTING RIBS, ALL SIDES. 0 16" e. + PRECAST PLANTER &fPL�AN VIEW _0, TOP OF •k TOP OF 64StECTION 1�0?N 1"=r-o° + RING END (2 PER PLANTER) 8 TREE GRATE FRAME ATTACHMENT TO CURB WALL WALL 7d • < CONCRETE BASE REBAR ALL REBAR TO BE t4*"\ THICKEN CONCRETE EDGE REQUIRED 2"' INSTALL LARGE ROUNDED ROCK EPDXY-COATED AND CONFORM ON BOTH SIDES OF BAND TO ASTM A775 STANDARDGRADE ---- -- ------- ---- ------------ FINISH PLAN APPROX. 16"xl6" x12" IN SIZE. BURY ROCKSTO A DEPTH EQUAL TO I TO 1/2" V-131" 3 SPECIFICATION FOR #4 REBAR x 32" C14 %1 1 %1 k \' ot. -. ... .. - I . * '. 4 I<— r3"%N %I - I 5" 5" i OF ROCKS HEIGHT. INSTALL (14) 2 EPDXY-COATED STEEL LONG @ 36" O.C. . = S I,,<- ­`�*l . I -.. .. . .. : % ... -, % . -.0, 3"ATRILIM DRAIN ROCKS PER PLANTER REINFORCING BAR.• PRECAST GRATE co RC BOWL - --------------- i �R6" ...... .. ..... 14 ..... .. 4 GROUTED GROUT GAPS SOLID R4 60 2 MATCH GRADE ,q�- "Ily RI 1" y 2 1- - . : - - - JOINT, COLOR BETWEEN PRECAST 71w � 01 PLANTER MIX 1311 13" %I V If :% . TO MATCH PEDESTAL & FACE OF 14 t, .0 STAINLESS STEEL SKATE dl� . .'k . ::L J- PRECAST •WALL 91 CONSTRUCT 1 1"DIA. 1 DETERRENT (2 PER PIECE) 81' 4 BOWL & WEEP HOLE. INVERT :4 C%j PEDESTAL ELEV. TO MATCH F.G. R2" 00 %t R SIDE OF 95% COMPACT SUBGRADE V 1 A < PRECAST 4 6b 11 1-011 VINE SECTION PLANTER • BASE STEEL ANCHOR PIN -TYPICAL 3"0 PVC PERF. DRAIN 1-011 SIDEWALK SIDEWALK (QUANTITY, SIZE AND F 41 " PIPE WITH CAP. WRAP %I NOTE: REFER CONSTRUCTION MATERIALS SCHEDULE, FINISH FINISH LOCATIONS PER PRECAST :9; PIPE WITH FILTER ba SHEET LCA FOR CONCRETE COLOR AND FINISH. SURFACE TOP OF SURFACE MANUFACTURE) irs SOCK. M B CONC. FTG. Y % L it FINISH 42" 9 CONCRETE BAND (1611 WIDE) "4 •AND < 1. CONCRETE FILL C%j SURFACE ANCHOR PINS, SIZE, QTUANTITY-----\ INSTALLATION PER PLANTER RING UNIT � �� �13� z / 7777777777 MANUFACTURER 1"=1'-0" =1 _0 — — — — — — — — — — — — — — — — — — — — — — < --------------- N NON -SHRINK % GROUT GAP SOLID BETWEEN ------- BOTTOM OF ELEVATION ION PEDESTALL & 7b Ll �=Vl —�-OT SIDE VIEW 1-011 NON -PRESSURE -----J ----- ----- 41 '14 L ------ CONCRETE BASE > zo PRECAST PLANTER RING STEEL ANCHOR PIN 11,11 1, -O'l TOP OF FOOTING 1 LATERAL IRRIGATION PIPE, SEE IRRIGATION 11% COMPACT MODEL NUMBER: CUSTOM ALL STEEL ANCHOR PINS TO BE COLOR: BUNGALOW (P2) EPDXY-COATED AND CONFORM I L ------ PLAN ----------- SUBGRADE STM A775 STANDARD FINISHrrEXTURE: (SEE SURFACE SCHEDULE, THIS SHEET) TO ASF -1 SEALER: MATTE SEALER (MT) EIFICATION FOR ANTI GRAFFITI COATING STEEL ANCHOR PIN 24" NUMBER OF PLANTER RINGS: 7 EPDXY-COATED STEEL L ------ J NUMBER OF PLANTER RING UNITS: 21 REINFORCING BAR. MODEL: ARMAGLAZE WB 6000 ALL STEEL ANCHOR PINS TO BE NUMBER OF END UNITS: 14 COLOR TO BE: CLEAR EPDXY-COATED AND CONFORM DRAIN ROCK MANUFACTURE: QUICKCRETE PRODUCTS CORP. SKATE DETERRENT FINISH TO BE: SATIN TO ASTM A775 STANDARD AVAILABLE FROM: AQUARIUS COATINGS INC. SPECIFICATION FOR (4 CUBIC YARDS) &END UNIT - SECTION PHONE: (800) 230-1377 MODEL: GRIND MINDER PHONE: (800) 661-2298 EPDXY-COATED STEEL SURFACE SCHEDULE AVAILABLE FROM: GRIND TO A HALT APPLICATION: APPLY TWO COATS PER REINFORCING BAR. PLANTER DRAIN SECTION PHONE: (630) 8%2376 MEDIUM SANDBLAST WWW.GRINDTOAHALT.COM MANUFACTURER'S RECOMMENDATION. - (FINISHrrEXTURE) 7 INSTALLATION: DRILL & PREPARE HOLE TO RECEIVE lot 11-011 EACH SKATE DETERRENT AS RECOMMENDED BY MANUFACTURER. EPDXY IN PLACE. 7 RAISED PRECAST VINE PLANTER 6 PRECAST PLANTER RING C-4842 PREPARED BY: CONSTRUCTION DETAILS 0)(W&UOD VN DSCAp'c. M- V41'y'Fr BALBOA BOULEVARD BEAUTIFICATION CO s Landscape Architects And Park Planners Corporate Office. Regional Office. CD. 1 N 38133 151 Kalmus Drive, Suite M8 78060 Calle Estrada xpi Feb., lois Costa Mesa, CA 92626 Lo Quinta, CA 92253DESIGNED: 714.641. 1.300 760.580.5165 GV DRAW PC CITY OF NEWPORT BEACH R -6036-S 714.641.1323 Facsimile 760.564.0369 Facsimile F 01i C P, NO. DATE DESCRIPTION OF REVISIONS CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET180F38 GV SEPT 19, 2013 GROUT ALL GAPS SOLID. COLOR TO MATCH PRECAST WALL WEAKENED PLANE JOINT FINISH SURFACE 3 a a d 4 4. d aA d . d IF, IIS 10" _ (2y3) ANCHOR BOLT, SIZE QUANTITY AND INSTALLATION PER MANUFACTURER FINISH GRADE • 1 — — 2 #4 BAR CONTINUOUS 0 95% COMPACT #4 BAR, 24" SUBGRADE LONG @ 36" O.C. 4 THICKEN CONCRETE EDGE & SEAT WALL ATTACHMENT 0 �I FINISH SURFACE Rz" ;yOil4 (SIDEWALK) of— -- ..r . 4 2 - #4 BAR, CONTINUOUS • L-------------` CONCRETE CURB pIII III®—III--0 9D /o COMPACT " SUBGRADE SECTION 8 1" = 1'-0" REBAR ALL REBAR TO BE EPDXY-COATED AND CONFORM TO ASTM A775 STANDARD SPECIFICATION FOR EPDXY-COATED STEEL REINFORCING BAR. 5 CONCRETE CURB @ BACK OF WALK S PLAN VIEW j"=l'-0S' 6b ELEVATION 1•t=1 ' -Ott 8 450 12" CHAMFER - TYPICAL ALL PRECAST PLANTER BLOCK SET TOPS OF PRECAST PLANTER LEVEL W m w w°O In w PRECAST _ In BLOCKS C w a � SIDEWALK � FINISH w SURFACE '8 WALL FOOTING I I i I I I I I I I L--------------------------- SECTION ° 6 1 PRECAST BLOCKS j I I I I I I I I I ES I I I � I i I GO� I 3" ATRIUM GRATE (3 co PLACES) r r > ,✓° APPROVED PLANTER SOIL >IILU - Irl MIX r' � i• • t • r. r 3 0 PVC PERF. DRAIN PIPE. ✓# WRAP PIPE IN FILTER SOCK aj (3 PLACES) t NON -PRESSURE LATERAL ✓';aF ,y l LINE (SEE IRRIGATION PLANS) I ON RADIUS LOOP,ON RADIUS ADJACENT SEGMENT. ANCHOR PIN, SIZE, QTUANTITY ` lam�— F AND INSTALLATION PER MANUFACTURER �~ CONSTRUCT CONCRETE BASE TO LEVEL AND SET PRECAST BLOCKS TO THE DESIRE I I I I I I I I I I ------------ SKATE DETERRENT MODEL: GRIND MINDER AVAILABLE FROM: GRIND TO A HALT PHONE: (630) 858-2376 WWW.GRINDTOAHALT.COM INSTALLATION: DRILL & PREPARE HOLE TO RECEIVE EACH SKATE DETERRENT AS RECOMMENDED BY MANUFACTURER. EPDXY IN PLACE. ANTIFF I GRA IT COATING _ 1 3 MODEL: ARMAGLAZE WB 6000 COLOR TO BE: CLEAR FINISH TO BE: SATIN AVAILABLE FROM: AQUARIUS COATINGS INC. PHONE: (800) 661-2298 co �I �I zi wI w Ml l� I I I l• ,• t s. . I• r 'k S. (R= 30'-0", L= 38'-1") I (R= 20'-0", L= 31'4"1 ( (R= 20'-10", L= 21'-0") I (R= 50'-10", L= 25'4") (SEE ENLARGEMENT BELOW) I 0BALBOA U)_ � _j 2_� �a GO� as co aPENINS co co I� > + WIC Eu. >IILU - Irl I r' � i• • t • r. Ni A ". 9Qv f F K '.. .a - I I IW RADIUS I ON RADIUS I ON RADIUS LOOP,ON RADIUS (R= 30'-0", L= 38'-1") I (R= 20'-0", L= 31'4"1 ( (R= 20'-10", L= 21'-0") I (R= 50'-10", L= 25'4") (SEE ENLARGEMENT BELOW) CONCRETE GARDEN & SIGN WALL - ELEVATION 1/8" = 1'-0" NOTE: THE RADIUS AND WALL LENGTHS NOTED, INDICATES THE DIMENSIONS AND LENGTHS OF THE FACE OF WALL. APPLICATION: APPLY TWO COATS PER MANUFACTURER'S RECOMMENDATION. APPROX.12' OF WALL FACE (ON RADIUS) TO LAYOUT SIGN I APPROX. T FROM WALL STEP i Sol CONCRETE WALL FINISH & TEXTURE: I ,„ I i KEY TEXTURElFINISH I CAST FIBER REINFORCED z THICK FCO ALUMINUM WITH I I POLYESTER RESIN BRASS MATALICFINISH ANS cn I FORMED "SAILS" WITH �" W T1 ACID ETCHED SPACED OFF WALL k . COPY CO I BRASS METALIC FINISH RECESSED � DEEP WITH ALU I AND SPACED OFF WALL m a Q2 HEAVY SAND BLAST BLACK MARINE PAINT FILL. ( J CAST PRISMATIC BRONZE I � �4 HEAVY SANDBLAST SERPENTINE I 2" W BY 1/2" THK LETTERS WITH LIGHT CAST PRISMATIC LITE PATTERN FINISH, FINAL LAYOUT OXICIZED BRONZE FINISH OXIDIZED BRONZE 1" THICK I FCO ALUMINUM W/ BRASS 2 TO BE APPROVED BY METALLIC FINISH AND "NEWPORT BEACH SPACED OFF WALL WITH LETTERS SPACED OFF WALL LANDSCAPE ARCHITECT PRIOR SPACED OFF WALL 1/2" CITY SEAL ,r SPACERS" WITH BRONZE STAND OFFS TO APPLYING FINISH (4 PLACES) LENGTH VARIES r, I T1 AL a L-4 / ' L^3 T1 PENI S / /'STT t •.• .•+...: "•• •� >' +• .'fs �•f :'t •�• w • �•f. .a'• y,S Sy ••,:. • - pr .? L-12' ' r �/ /jr`v. /!L. rr// r;i...;'/.j CITY OF .�•r.. �ti' ' t. : •t" �" ;•..�•,` .J.'..,,.f • .✓/r Jar ii / %/f %-!1< •, •' ,• ' . • ' 1St" ••. L• ,.;. •••• r �:�, :w••.S• r' f •... .t• ♦: a. .•;. ••1 / rr/r/�,ii/i//f TT1 p�{� t-1.�•t♦. F,, A•s�+2 , .i ^ .,• I. .s'S'•.l. •e' •.�• .4• .}. y + �t(�• .w '>rrr i;./.�i. '•.� 1\ .�A .•�=1 w'',+v• �•.. •' ♦•y21. d. ," :a' .. +•. ,.. Y •'t :+. '•{ •�. If+tISH..•••t.' <•''• r a. t. .G r., ,.F. • •� . . .. . t .,•' .}• '.t' .♦: .•:r•' a. .q• t: t. ,a• ,. ,. ', .a. ,. .• , RE C10 .t: t t. _4. A. , . t S t•. . ;' .t Y•• ''I• f i1 ••,' .. +•. •9• ♦ '� •�'••• 4: ,. '•j• •r• Y.'.M„• •,t: :;: '+• y, .'4. +. :,•t \ •.'.r;' •t. •%' 'd J. V 1/2" _ 1'-0" CONCRETE SERPENTINE GARDEN WALL & "BALBOA PENINSULA" SIGN 6'-52' PRECAST SEAT WALL MODEL NUMBER: CUSTOM COLOR: BUNGALOW (P2) ' FINISH/TEXTURE: (SEE SURFACE SCHEDULE, THIS SHEET) t `� • _ .r _ ,. h rt • �' •) :., I SEALER: MATTE SEALER (MT) v ti I .. f-12"6" ,• It +" QUANTITY: 7 ,' : n • I + r • -•-.=y-'� v. --•r._ ••�.T .titer,• : tf .,y •. - �4_ ' . I MANUFACTURE: QUICKCRETE PRODUCTS CORP. ' \ c • {' v . ,.. • t : '`; _ PHONE: (800) 230-1377 ./'ter-ji. :: ••. w I ' '' t ' f . i } • .} N SURFACE SCHEDULE (FINISH/TEXTURE) O ACID ETCH STAINLESS STEEL SKATE ANTI GRAFFITI COATING DETERRENT (2 PER PIECE) / HSB HEAVY SANDBLAST MODEL: ARMAGLAZE W8 6000 5'-11 z" COLOR TO BE: CLEAR FINISH TO BE: SATIN PLAN I 0BALBOA I I I aPENINS STAINLESS STEEL SKATE PHONE: (800) 661-2298 + 1" = 1'-0" ,• w DETERRENT INSTALL ON r' � i• • t • r. Ni A ". 9Qv f F K '.. .a APPLICATION: APPLY TWO COATS PER t r SIDE FACING CONCRETE 10" CONCRETE GARDEN & SIGN WALL - ELEVATION 1/8" = 1'-0" NOTE: THE RADIUS AND WALL LENGTHS NOTED, INDICATES THE DIMENSIONS AND LENGTHS OF THE FACE OF WALL. APPLICATION: APPLY TWO COATS PER MANUFACTURER'S RECOMMENDATION. APPROX.12' OF WALL FACE (ON RADIUS) TO LAYOUT SIGN I APPROX. T FROM WALL STEP i Sol CONCRETE WALL FINISH & TEXTURE: I ,„ I i KEY TEXTURElFINISH I CAST FIBER REINFORCED z THICK FCO ALUMINUM WITH I I POLYESTER RESIN BRASS MATALICFINISH ANS cn I FORMED "SAILS" WITH �" W T1 ACID ETCHED SPACED OFF WALL k . COPY CO I BRASS METALIC FINISH RECESSED � DEEP WITH ALU I AND SPACED OFF WALL m a Q2 HEAVY SAND BLAST BLACK MARINE PAINT FILL. ( J CAST PRISMATIC BRONZE I � �4 HEAVY SANDBLAST SERPENTINE I 2" W BY 1/2" THK LETTERS WITH LIGHT CAST PRISMATIC LITE PATTERN FINISH, FINAL LAYOUT OXICIZED BRONZE FINISH OXIDIZED BRONZE 1" THICK I FCO ALUMINUM W/ BRASS 2 TO BE APPROVED BY METALLIC FINISH AND "NEWPORT BEACH SPACED OFF WALL WITH LETTERS SPACED OFF WALL LANDSCAPE ARCHITECT PRIOR SPACED OFF WALL 1/2" CITY SEAL ,r SPACERS" WITH BRONZE STAND OFFS TO APPLYING FINISH (4 PLACES) LENGTH VARIES r, I T1 AL a L-4 / ' L^3 T1 PENI S / /'STT t •.• .•+...: "•• •� >' +• .'fs �•f :'t •�• w • �•f. .a'• y,S Sy ••,:. • - pr .? L-12' ' r �/ /jr`v. /!L. rr// r;i...;'/.j CITY OF .�•r.. �ti' ' t. : •t" �" ;•..�•,` .J.'..,,.f • .✓/r Jar ii / %/f %-!1< •, •' ,• ' . • ' 1St" ••. L• ,.;. •••• r �:�, :w••.S• r' f •... .t• ♦: a. .•;. ••1 / rr/r/�,ii/i//f TT1 p�{� t-1.�•t♦. F,, A•s�+2 , .i ^ .,• I. .s'S'•.l. •e' •.�• .4• .}. y + �t(�• .w '>rrr i;./.�i. '•.� 1\ .�A .•�=1 w'',+v• �•.. •' ♦•y21. d. ," :a' .. +•. ,.. Y •'t :+. '•{ •�. If+tISH..•••t.' <•''• r a. t. .G r., ,.F. • •� . . .. . t .,•' .}• '.t' .♦: .•:r•' a. .q• t: t. ,a• ,. ,. ', .a. ,. .• , RE C10 .t: t t. _4. A. , . t S t•. . ;' .t Y•• ''I• f i1 ••,' .. +•. •9• ♦ '� •�'••• 4: ,. '•j• •r• Y.'.M„• •,t: :;: '+• y, .'4. +. :,•t \ •.'.r;' •t. •%' 'd J. V 1/2" _ 1'-0" CONCRETE SERPENTINE GARDEN WALL & "BALBOA PENINSULA" SIGN 6'-52' PRECAST SEAT WALL MODEL NUMBER: CUSTOM COLOR: BUNGALOW (P2) ' FINISH/TEXTURE: (SEE SURFACE SCHEDULE, THIS SHEET) t `� • _ .r _ ,. h rt • �' •) :., I SEALER: MATTE SEALER (MT) v ti I .. f-12"6" ,• It +" QUANTITY: 7 ,' : n • I + r • -•-.=y-'� v. --•r._ ••�.T .titer,• : tf .,y •. - �4_ ' . I MANUFACTURE: QUICKCRETE PRODUCTS CORP. ' \ c • {' v . ,.. • t : '`; _ PHONE: (800) 230-1377 ./'ter-ji. :: ••. w I ' '' t ' f . i } • .} N SURFACE SCHEDULE (FINISH/TEXTURE) O ACID ETCH STAINLESS STEEL SKATE ANTI GRAFFITI COATING DETERRENT (2 PER PIECE) / HSB HEAVY SANDBLAST MODEL: ARMAGLAZE W8 6000 5'-11 z" COLOR TO BE: CLEAR FINISH TO BE: SATIN PLAN D HEIGHT O O PRECAST PLANTER BLOCK A 27" 33" PRECASTPLANTER BLOCK B 20" 26" ' PRECAST PLANTER BLOCK C 20" 26" PRECAST PLANTER BLOCK D 12" 18" PRECAST PLANTER BLOCK E 12" 18" DRAIN ROCK. INSTALL 4 wl— CUBIC YARDS (3 PLACES) PNONE• k800)230-13/7 SUBMIT SHOP DRAWINGS FOR THE LANDSCAPE ARCHITECT'S REVIEW AND APPROVAL. ANTI GRAFFITI COATING MODEL: ARMAGLAZE WB 6000 COLOR TO BE: CLEAR FINISH TO BE: SATIN AVAILABLE FROM: AQUARIUS COATINGS INC. PHONE: (800) 661-2298 APPLICATION: APPLY TWO COATS PER MANUFACTURER'S RECOMMENDATION. SKATE DETERRENT MODEL: GRIND MINDER AVAILABLE FROM: GRIND TO A HALT PHONE: (630) 858-2376 WWW.GRINDTOAHALT.COM INSTALLATION: DRILL & PREPARE HOLE TO RECEIVE EACH SKATE DETERRENT AS RECOMMENDED BY MANUFACTURER. EPDXY IN PLACE. I CONSTRUCTION NOTES WEST COAST HIGHWAY PLANTER SIGN COMPONENTS BALBOA BLVD. ALL SIGN COMPONENTS (I.E. LETTERS, SAILS, ACCENT BAR AND CITY SEAL) 314" (45°) CHAMFER - TYPICAL AVAILABLE THROUGH BRAVO SIGN & 10" DESIGN. CONTACT FRANK FIORE AT (714) 284-0500 TOP OF WALL ELEV. TOB V E LE EL FOR EACH SEGMENT — — — — — — — CONCRETE WALL COLOR: INTERGRAL COLOR TO BE SANDSTONE #5237 AVAILABLE THROUGH DAVIS COLORS. CONCRETE SEALER: APPLY A PENETRATING "NATURAL LOOK" CONCRETE SEALER TO ALL EXOPSE TOP _OF_WALL ELEV. TO BE LEVEL FOR CONCRETE SURFACES EACH SEGMENT T — REBAR 0 ALL REBAR TO BE EPDXY COATED AND STAINLESS STEEL CONFORM TO ASTM A775 STANDARD w SKATE DETERRENT SPECIFICATION FOR EPDXY-COATED STEEL EE INSTALL 36" O.C. ON REINFORCING BAR. 22" HT. WALL ONLY x _ TOP _OF_WALL ELEV. TO BE LEVEL FOR I.' '' • 4 . EACH SEGMENT — — — — — — - FINISH ® WALL CONSTRUCTION . $ SURFACE a ° CONSTRUCT EACH CONCRETE WALL N < • AND FOOTING SEGMENT PER CALTRANS A ®d` ° • STANDARD PLAN B3-11, TYPE 613 WITH EJ FINISH MODIFICATIONS AS INDICATED IN THIS a.'4 `4 GRADE DETAIL. a ,4--- --- --- --- ------------- - ------------ --------------------- d SECTION -Ott d A A < . • '® d Q 4' • P• 4 4. O d . P • 4 O A, d r A'4 .4 t e• o I I—. ®. 4.. ,4. a I- ® d•` .. 4 e ° ' d • Q. a I®III® -I I I --I III_ 95% COMPACT SUBGRADE PRECAST SEAT WALL MODEL NUMBER: CUSTOM COLOR: BUNGALOW (P2) I FINISH/TEXTURE: (SEE SURFACE SCHEDULE, THIS SHEET) SEALER: MATTE SEALER (MT) t : t . `• • : , 4 QUANTITY: 31 •• • ' ' % ' - _ '; + ` ' •,__ #`L„$ ” _ .�" _ _ h MANUFACTURE: QUICKCRETE PRODUCTS CORP. ' + :I :' a ,I •• --• -' :' `_`, - _ cv PHONE: 800 2301377 ^ �" ,'•• "I^ SURFACE SCHEDULE (FINISH/TEXTURE) T7 ACID ETCH STAINLESS STEEL SKATE ANTI GRAFFITI COATING 5'-11 2" DETERRENT (2 PER PIECE) HSB HEAVY SANDBLAST MODEL: ARMAGLAZE WB 6000 COLOR TO BE: CLEAR PLAN FINISH TO BE: SATIN STAINLESS STEEL SKATE AVAILABLE FROM: AQUARIUS COATINGS INC. 1" = 1'-0" PHONE: (800) 661-2298 DETERRENT INSTALL ON I MATCH TOP ELEV. TO SIDE FACING CONCRETE �) APPLICATION: APPLY TWO COATS PER ADJACENT SEGMENT. FLATWORK (TYPICAL) MANUFACTURER'S RECOMMENDATION. — - — — 4" (45") CHAMFER-TYP. • •r • •�, •• , r % SKATE DETERRENT • • M1 ' HSB �, Hs6 MODEL: GRIND MINDER R=43" _ " + R=43" i fy. AVAILABLE FROM: GRIND TO A HALT ' PHONE: (630) 858-2376 WWW.GRINDTOAHALT.COM ELEVATION Ito = 1'-0" 2 PRECAST SEAT WALL 'A' (RADIUS R=7'�.119 90 R=40" L=248 y t 1-=25" = 491-611) END VIEW 1" = 1'-0" INSTALLATION: DRILL & PREPARE HOLE TO RECEIVE EACH SKATE DETERRENT AS RECOMMENDED BY MANUFACTURER. EPDXY IN PLACE. ` SKATE DETERRENT- TYPICAL PRECAST PLANTER BLOCK'B'� 48j,/ ' t • PRECAST PLANTER BLOCK'D' PLAN VIEW PLAN VIEW PRECAST PLANTER BLOCK IN 4811'3s° 77" PLAN VIEW - ------------------------------ - -- 5" - -- 3" 3" 'k -- - -R" --- -- 'c s R8 y -- - 1T t L: 1602" 17° t, , t. ,: ` SKATE STOPPER -TYPICAL PLANTER (6 PIECE) -PLAN VIEW •• •• ••• • • •� � •• S_fR� , t PRECAST PLANTER BLOCK 'C' PRECAST PLANTER BLOCK'E' A g =1 -011PLAN VIEW .PLAN VIEW G`-4 842 PREPARED BY: o `pNDSCgPF CONSTRUCTION DETAILS LJJwfl(UmA,�P ?J M, VgsQG 9pp �i �Q• F� ti BALBOA BOULEVARD BEAUTIFICATION Landscape Architects And Park Planners m ^ D"^ 2 Corporate Office: Regional Office: N . 3883 y (C D 151 Ka/mus Drive, Suite M8 78060 Calle Estrada xplr s Feb., 2015 Costa Mesa, CA 92626 La Quinta, CA 92253 a� �,�P DESIGNED: DRAWN: 714.641.1300 760.560.5165 9p�OF CA��F GV PC CITY OF NEWPORT BEACH R -6036—S 714.641.1323 Facsimile 760.564.0369 Facsimile NO. DATE DESCRIPTION OF REVISIONS CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET GV SEPT 19, 2013 19 of 38 AVAILABLE FROM: AQUARIUS COATINGS INC. STAINLESS STEEL SKATE PHONE: (800) 661-2298 1" = 1'-0" DETERRENT INSTALL ON MATCH TOP ELEV. TO APPLICATION: APPLY TWO COATS PER SIDE FACING CONCRETE 10" ADJACENT SEGMENT. FLATWORK (TYPICAL) MANUFACTURER'S RECOMMENDATION. 4" CHAMFER-TYP. (450) vp %,' I '•. 'f"•'�.• t. ••1 ,• tL• tr.+ •, .,, t .•�.. 1 .t4 .•,, •'••V • •L„• ,tt•_=•• ••' •y • • • 4 e t• t • • • F• • • •r { SKATE DETERRENT ~ t ';�., `� MODEL: GRIND MINDER „• : ' AVAILABLE FROM: GRIND TO A HALT R=43" •:• N PHONE: (630) 858-2376 R=43" t,' WWW.GRINDTOAHALT.COM I' INSIDE RADIU OPENING =36" +. INSTALLATION: DRILL & PREPARE HOLE OUTSIDE RADIU OPENING = 39" :''• �'" TO RECEIVE EACH SKATE DETERRENT AS RECOMMENDED BY ELEVATION END VIEW MANUFACTURER. EPDXY IN PLACE. 1" = 1'-0" 1" =1'-0" PRECAST SEATWALL 'B' (RADIUS _ 12'-6") CONSTRUCTION NOTES PRECAST PLANTER BLOCKS 40" 68" MODEL NUMER: CUSTOM ` COLOR: ADOBE TAUPE (C11) R�6" + • 11^ R=36^ FINISH/TEXTURE: SANTA FE SANDBLAST (T3) ' L=7s" " 1T SEALER: MATTE SEALER (MT) % "` MANFUFACTURER: QUICKCRETE PRODUCTS CORP. Z " R=6V L=48 �- D HEIGHT O O PRECAST PLANTER BLOCK A 27" 33" PRECASTPLANTER BLOCK B 20" 26" ' PRECAST PLANTER BLOCK C 20" 26" PRECAST PLANTER BLOCK D 12" 18" PRECAST PLANTER BLOCK E 12" 18" DRAIN ROCK. INSTALL 4 wl— CUBIC YARDS (3 PLACES) PNONE• k800)230-13/7 SUBMIT SHOP DRAWINGS FOR THE LANDSCAPE ARCHITECT'S REVIEW AND APPROVAL. ANTI GRAFFITI COATING MODEL: ARMAGLAZE WB 6000 COLOR TO BE: CLEAR FINISH TO BE: SATIN AVAILABLE FROM: AQUARIUS COATINGS INC. PHONE: (800) 661-2298 APPLICATION: APPLY TWO COATS PER MANUFACTURER'S RECOMMENDATION. SKATE DETERRENT MODEL: GRIND MINDER AVAILABLE FROM: GRIND TO A HALT PHONE: (630) 858-2376 WWW.GRINDTOAHALT.COM INSTALLATION: DRILL & PREPARE HOLE TO RECEIVE EACH SKATE DETERRENT AS RECOMMENDED BY MANUFACTURER. EPDXY IN PLACE. I CONSTRUCTION NOTES WEST COAST HIGHWAY PLANTER SIGN COMPONENTS BALBOA BLVD. ALL SIGN COMPONENTS (I.E. LETTERS, SAILS, ACCENT BAR AND CITY SEAL) 314" (45°) CHAMFER - TYPICAL AVAILABLE THROUGH BRAVO SIGN & 10" DESIGN. CONTACT FRANK FIORE AT (714) 284-0500 TOP OF WALL ELEV. TOB V E LE EL FOR EACH SEGMENT — — — — — — — CONCRETE WALL COLOR: INTERGRAL COLOR TO BE SANDSTONE #5237 AVAILABLE THROUGH DAVIS COLORS. CONCRETE SEALER: APPLY A PENETRATING "NATURAL LOOK" CONCRETE SEALER TO ALL EXOPSE TOP _OF_WALL ELEV. TO BE LEVEL FOR CONCRETE SURFACES EACH SEGMENT T — REBAR 0 ALL REBAR TO BE EPDXY COATED AND STAINLESS STEEL CONFORM TO ASTM A775 STANDARD w SKATE DETERRENT SPECIFICATION FOR EPDXY-COATED STEEL EE INSTALL 36" O.C. ON REINFORCING BAR. 22" HT. WALL ONLY x _ TOP _OF_WALL ELEV. TO BE LEVEL FOR I.' '' • 4 . EACH SEGMENT — — — — — — - FINISH ® WALL CONSTRUCTION . $ SURFACE a ° CONSTRUCT EACH CONCRETE WALL N < • AND FOOTING SEGMENT PER CALTRANS A ®d` ° • STANDARD PLAN B3-11, TYPE 613 WITH EJ FINISH MODIFICATIONS AS INDICATED IN THIS a.'4 `4 GRADE DETAIL. a ,4--- --- --- --- ------------- - ------------ --------------------- d SECTION -Ott d A A < . • '® d Q 4' • P• 4 4. O d . P • 4 O A, d r A'4 .4 t e• o I I—. ®. 4.. ,4. a I- ® d•` .. 4 e ° ' d • Q. a I®III® -I I I --I III_ 95% COMPACT SUBGRADE PRECAST SEAT WALL MODEL NUMBER: CUSTOM COLOR: BUNGALOW (P2) I FINISH/TEXTURE: (SEE SURFACE SCHEDULE, THIS SHEET) SEALER: MATTE SEALER (MT) t : t . `• • : , 4 QUANTITY: 31 •• • ' ' % ' - _ '; + ` ' •,__ #`L„$ ” _ .�" _ _ h MANUFACTURE: QUICKCRETE PRODUCTS CORP. ' + :I :' a ,I •• --• -' :' `_`, - _ cv PHONE: 800 2301377 ^ �" ,'•• "I^ SURFACE SCHEDULE (FINISH/TEXTURE) T7 ACID ETCH STAINLESS STEEL SKATE ANTI GRAFFITI COATING 5'-11 2" DETERRENT (2 PER PIECE) HSB HEAVY SANDBLAST MODEL: ARMAGLAZE WB 6000 COLOR TO BE: CLEAR PLAN FINISH TO BE: SATIN STAINLESS STEEL SKATE AVAILABLE FROM: AQUARIUS COATINGS INC. 1" = 1'-0" PHONE: (800) 661-2298 DETERRENT INSTALL ON I MATCH TOP ELEV. TO SIDE FACING CONCRETE �) APPLICATION: APPLY TWO COATS PER ADJACENT SEGMENT. FLATWORK (TYPICAL) MANUFACTURER'S RECOMMENDATION. — - — — 4" (45") CHAMFER-TYP. • •r • •�, •• , r % SKATE DETERRENT • • M1 ' HSB �, Hs6 MODEL: GRIND MINDER R=43" _ " + R=43" i fy. AVAILABLE FROM: GRIND TO A HALT ' PHONE: (630) 858-2376 WWW.GRINDTOAHALT.COM ELEVATION Ito = 1'-0" 2 PRECAST SEAT WALL 'A' (RADIUS R=7'�.119 90 R=40" L=248 y t 1-=25" = 491-611) END VIEW 1" = 1'-0" INSTALLATION: DRILL & PREPARE HOLE TO RECEIVE EACH SKATE DETERRENT AS RECOMMENDED BY MANUFACTURER. EPDXY IN PLACE. ` SKATE DETERRENT- TYPICAL PRECAST PLANTER BLOCK'B'� 48j,/ ' t • PRECAST PLANTER BLOCK'D' PLAN VIEW PLAN VIEW PRECAST PLANTER BLOCK IN 4811'3s° 77" PLAN VIEW - ------------------------------ - -- 5" - -- 3" 3" 'k -- - -R" --- -- 'c s R8 y -- - 1T t L: 1602" 17° t, , t. ,: ` SKATE STOPPER -TYPICAL PLANTER (6 PIECE) -PLAN VIEW •• •• ••• • • •� � •• S_fR� , t PRECAST PLANTER BLOCK 'C' PRECAST PLANTER BLOCK'E' A g =1 -011PLAN VIEW .PLAN VIEW G`-4 842 PREPARED BY: o `pNDSCgPF CONSTRUCTION DETAILS LJJwfl(UmA,�P ?J M, VgsQG 9pp �i �Q• F� ti BALBOA BOULEVARD BEAUTIFICATION Landscape Architects And Park Planners m ^ D"^ 2 Corporate Office: Regional Office: N . 3883 y (C D 151 Ka/mus Drive, Suite M8 78060 Calle Estrada xplr s Feb., 2015 Costa Mesa, CA 92626 La Quinta, CA 92253 a� �,�P DESIGNED: DRAWN: 714.641.1300 760.560.5165 9p�OF CA��F GV PC CITY OF NEWPORT BEACH R -6036—S 714.641.1323 Facsimile 760.564.0369 Facsimile NO. DATE DESCRIPTION OF REVISIONS CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET GV SEPT 19, 2013 19 of 38 DRAIN ROCK. INSTALL 4 wl— CUBIC YARDS (3 PLACES) PNONE• k800)230-13/7 SUBMIT SHOP DRAWINGS FOR THE LANDSCAPE ARCHITECT'S REVIEW AND APPROVAL. ANTI GRAFFITI COATING MODEL: ARMAGLAZE WB 6000 COLOR TO BE: CLEAR FINISH TO BE: SATIN AVAILABLE FROM: AQUARIUS COATINGS INC. PHONE: (800) 661-2298 APPLICATION: APPLY TWO COATS PER MANUFACTURER'S RECOMMENDATION. SKATE DETERRENT MODEL: GRIND MINDER AVAILABLE FROM: GRIND TO A HALT PHONE: (630) 858-2376 WWW.GRINDTOAHALT.COM INSTALLATION: DRILL & PREPARE HOLE TO RECEIVE EACH SKATE DETERRENT AS RECOMMENDED BY MANUFACTURER. EPDXY IN PLACE. I CONSTRUCTION NOTES WEST COAST HIGHWAY PLANTER SIGN COMPONENTS BALBOA BLVD. ALL SIGN COMPONENTS (I.E. LETTERS, SAILS, ACCENT BAR AND CITY SEAL) 314" (45°) CHAMFER - TYPICAL AVAILABLE THROUGH BRAVO SIGN & 10" DESIGN. CONTACT FRANK FIORE AT (714) 284-0500 TOP OF WALL ELEV. TOB V E LE EL FOR EACH SEGMENT — — — — — — — CONCRETE WALL COLOR: INTERGRAL COLOR TO BE SANDSTONE #5237 AVAILABLE THROUGH DAVIS COLORS. CONCRETE SEALER: APPLY A PENETRATING "NATURAL LOOK" CONCRETE SEALER TO ALL EXOPSE TOP _OF_WALL ELEV. TO BE LEVEL FOR CONCRETE SURFACES EACH SEGMENT T — REBAR 0 ALL REBAR TO BE EPDXY COATED AND STAINLESS STEEL CONFORM TO ASTM A775 STANDARD w SKATE DETERRENT SPECIFICATION FOR EPDXY-COATED STEEL EE INSTALL 36" O.C. ON REINFORCING BAR. 22" HT. WALL ONLY x _ TOP _OF_WALL ELEV. TO BE LEVEL FOR I.' '' • 4 . EACH SEGMENT — — — — — — - FINISH ® WALL CONSTRUCTION . $ SURFACE a ° CONSTRUCT EACH CONCRETE WALL N < • AND FOOTING SEGMENT PER CALTRANS A ®d` ° • STANDARD PLAN B3-11, TYPE 613 WITH EJ FINISH MODIFICATIONS AS INDICATED IN THIS a.'4 `4 GRADE DETAIL. a ,4--- --- --- --- ------------- - ------------ --------------------- d SECTION -Ott d A A < . • '® d Q 4' • P• 4 4. O d . P • 4 O A, d r A'4 .4 t e• o I I—. ®. 4.. ,4. a I- ® d•` .. 4 e ° ' d • Q. a I®III® -I I I --I III_ 95% COMPACT SUBGRADE PRECAST SEAT WALL MODEL NUMBER: CUSTOM COLOR: BUNGALOW (P2) I FINISH/TEXTURE: (SEE SURFACE SCHEDULE, THIS SHEET) SEALER: MATTE SEALER (MT) t : t . `• • : , 4 QUANTITY: 31 •• • ' ' % ' - _ '; + ` ' •,__ #`L„$ ” _ .�" _ _ h MANUFACTURE: QUICKCRETE PRODUCTS CORP. ' + :I :' a ,I •• --• -' :' `_`, - _ cv PHONE: 800 2301377 ^ �" ,'•• "I^ SURFACE SCHEDULE (FINISH/TEXTURE) T7 ACID ETCH STAINLESS STEEL SKATE ANTI GRAFFITI COATING 5'-11 2" DETERRENT (2 PER PIECE) HSB HEAVY SANDBLAST MODEL: ARMAGLAZE WB 6000 COLOR TO BE: CLEAR PLAN FINISH TO BE: SATIN STAINLESS STEEL SKATE AVAILABLE FROM: AQUARIUS COATINGS INC. 1" = 1'-0" PHONE: (800) 661-2298 DETERRENT INSTALL ON I MATCH TOP ELEV. TO SIDE FACING CONCRETE �) APPLICATION: APPLY TWO COATS PER ADJACENT SEGMENT. FLATWORK (TYPICAL) MANUFACTURER'S RECOMMENDATION. — - — — 4" (45") CHAMFER-TYP. • •r • •�, •• , r % SKATE DETERRENT • • M1 ' HSB �, Hs6 MODEL: GRIND MINDER R=43" _ " + R=43" i fy. AVAILABLE FROM: GRIND TO A HALT ' PHONE: (630) 858-2376 WWW.GRINDTOAHALT.COM ELEVATION Ito = 1'-0" 2 PRECAST SEAT WALL 'A' (RADIUS R=7'�.119 90 R=40" L=248 y t 1-=25" = 491-611) END VIEW 1" = 1'-0" INSTALLATION: DRILL & PREPARE HOLE TO RECEIVE EACH SKATE DETERRENT AS RECOMMENDED BY MANUFACTURER. EPDXY IN PLACE. ` SKATE DETERRENT- TYPICAL PRECAST PLANTER BLOCK'B'� 48j,/ ' t • PRECAST PLANTER BLOCK'D' PLAN VIEW PLAN VIEW PRECAST PLANTER BLOCK IN 4811'3s° 77" PLAN VIEW - ------------------------------ - -- 5" - -- 3" 3" 'k -- - -R" --- -- 'c s R8 y -- - 1T t L: 1602" 17° t, , t. ,: ` SKATE STOPPER -TYPICAL PLANTER (6 PIECE) -PLAN VIEW •• •• ••• • • •� � •• S_fR� , t PRECAST PLANTER BLOCK 'C' PRECAST PLANTER BLOCK'E' A g =1 -011PLAN VIEW .PLAN VIEW G`-4 842 PREPARED BY: o `pNDSCgPF CONSTRUCTION DETAILS LJJwfl(UmA,�P ?J M, VgsQG 9pp �i �Q• F� ti BALBOA BOULEVARD BEAUTIFICATION Landscape Architects And Park Planners m ^ D"^ 2 Corporate Office: Regional Office: N . 3883 y (C D 151 Ka/mus Drive, Suite M8 78060 Calle Estrada xplr s Feb., 2015 Costa Mesa, CA 92626 La Quinta, CA 92253 a� �,�P DESIGNED: DRAWN: 714.641.1300 760.560.5165 9p�OF CA��F GV PC CITY OF NEWPORT BEACH R -6036—S 714.641.1323 Facsimile 760.564.0369 Facsimile NO. DATE DESCRIPTION OF REVISIONS CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET GV SEPT 19, 2013 19 of 38 ELEVATION Ito = 1'-0" 2 PRECAST SEAT WALL 'A' (RADIUS R=7'�.119 90 R=40" L=248 y t 1-=25" = 491-611) END VIEW 1" = 1'-0" INSTALLATION: DRILL & PREPARE HOLE TO RECEIVE EACH SKATE DETERRENT AS RECOMMENDED BY MANUFACTURER. EPDXY IN PLACE. ` SKATE DETERRENT- TYPICAL PRECAST PLANTER BLOCK'B'� 48j,/ ' t • PRECAST PLANTER BLOCK'D' PLAN VIEW PLAN VIEW PRECAST PLANTER BLOCK IN 4811'3s° 77" PLAN VIEW - ------------------------------ - -- 5" - -- 3" 3" 'k -- - -R" --- -- 'c s R8 y -- - 1T t L: 1602" 17° t, , t. ,: ` SKATE STOPPER -TYPICAL PLANTER (6 PIECE) -PLAN VIEW •• •• ••• • • •� � •• S_fR� , t PRECAST PLANTER BLOCK 'C' PRECAST PLANTER BLOCK'E' A g =1 -011PLAN VIEW .PLAN VIEW G`-4 842 PREPARED BY: o `pNDSCgPF CONSTRUCTION DETAILS LJJwfl(UmA,�P ?J M, VgsQG 9pp �i �Q• F� ti BALBOA BOULEVARD BEAUTIFICATION Landscape Architects And Park Planners m ^ D"^ 2 Corporate Office: Regional Office: N . 3883 y (C D 151 Ka/mus Drive, Suite M8 78060 Calle Estrada xplr s Feb., 2015 Costa Mesa, CA 92626 La Quinta, CA 92253 a� �,�P DESIGNED: DRAWN: 714.641.1300 760.560.5165 9p�OF CA��F GV PC CITY OF NEWPORT BEACH R -6036—S 714.641.1323 Facsimile 760.564.0369 Facsimile NO. DATE DESCRIPTION OF REVISIONS CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET GV SEPT 19, 2013 19 of 38 WEST COAST1 I BALBOA 4)BLVD. HIGHWAY 3 7 (5 PLACES) E RAISED CONCRETE PLANTER IN >i CONCRETE WALL FINISH & TEXTURE: CD.1 I FOREGROUND,SEE BELOW i L KEY TEXTURE/FINISH R= RADIUS (F.O.W.) 1 T-0" T1 L=140' 6" 1 R=40'-10", L=29'-5" I L=124'-9" ACID ETCHED 100 34'-7" 30'-0" ' 30'-0" L=12' 1., L=171-5" I $PEDESTRIAN 1 a 1 b 1 c 3 I 10 6'-0" � i 1 6'-0" L. I ACCESS Q HEAVY SAND BLAST Lu o z W wlw CD.4 CD.4 CD.4 z o — ° I o I ° i or ° ,nl ,nl tnI �I Jz JS jz T2 T1 Wo 2 w� T2 T1 �I �1 vI �� P1 P2R P2 �+I dI �I V, P2 P1 P2 Wl�p 12° " aI �I SII aI �I �I �I ^ x m 4 4 V J g. m � JI JI JI J J _j JI. J ZIJ I i I I 12 vIW zI =I of wI w Qlw It all 2111111 F FI F I— FI F MI • 1 .I: ••! •I i • •• • • V M1 w et P1 P2 R P2 P1 P2 R P2 Pt P2 R P2 P1 P2 R P2 P1 P2 R P2 P1 P2 R P2 Pt P2 R P2 P1 P2 R P2 P1 P1 P1 Pt P1 P1 P2 P1 P2 R P2 R P2 P7 P2 R P2 P1 P2 R P2 P1 P2 R P2 P2 R P2 I 261-41' I 10'-0° ' z w z w 47'4" CONCRETE WALL & COLUMN - ELEVATION 2 PRECAST COLUMN 2'-s" 11'-s" _ ,111-911 '- 11 1a 1 10'-0" — DECORATIVE PANELS (CORE -TEN) �� l 9 1 9 1 11 s 2-8" et 10 TOP OF FINISH I I I 6'-0" 1 �. 6'-0" WALL SURFACE KEY DESCRIPTION Q 1 T� 1 ( —•�- v,, ,a.,, age r:'4 LU v1 �I vl v1 i c vl vl CONSTRUCTION NOTES ¢ , , "; 2 MULTIPLE PRECAST P1 PANEL DESIGN 1 WALL MOUNT REFER TO DETAIL 1 SHEET CDA zlp _jI � -A �I J J 10 9.5' I 9.5' ' x,J m aI ¢I T2 ¢I al -A ¢I �I CD. BLOCKS vlw �I �� �I �I �I T1 �I 12" (TYPICAL) 77 (TYPICAL) Pz PANEL DESIGN 2 WALL MOUNT REFER TO DETAIL 1 SHEET CDA F u, zi z z z z z z ---- // CONCRETE WALL COLOR: ANTI GRAFFITI COATING alp, �, �I wI � �I �1 Z -=--'- — #5237 6000 FI F1 FI F FI FI INTERGRAL COLOR TO BE SANDSTONE Pz R PANEL DESIGN 2, REVERSED, WALL MOUNT, REFER TO DETAIL 1, SHEET CDA �� ...... :.: MODEL ARMAGLAZE W _ B CORNER TREATMENT PLAN VIEW AVAILABLE THROUGH DAVIS COLORS. COLOR TO BE: CLEAR 1 bor CONCRETE SEALER: FINISH TO BE: SATIN 1" = 10'-0" ON RADIUS AVAILABLE FROM: AQUARIUS COATINGS INC. BID ALTERNATE No. R=15', L=9.65' APPLY A PENETRATING "NATURAL LOOK" PHONE: (800) 661-2298 P2 R Pz P1 P2 R P2 (TYPICAL) CONCRETE SEALER TO ALL EXPOSED APPLICATION: APPLYTW0COATS PER - REMOVE DECORATIVE PANELS AS SHOWN ON CONCRETE WALL, THIS WALL PATTERN LAYOUT CONCRETE SURFACES MANUFACTURER'S RECOMMENDATION. DETAIL, WITH STAINLESS STEEL WIRE CABLE RAILINGS, PER DETAIL 3, 1C 1 - 101-011 SHEET CDA ALONG ENTIRE LENGH OF WALL. 1 CONCRETE WALL AND PLANTER WITH PRECAST COLUMN, VINE PLANTERS & DECORATIVE PANEL SCREENS - ELEVATION 4'-5" TYP. 10 0 WEST COAST HIGHW Y SHOPPING 18^ ESE BALBOA BLVD. CENTER � 2p 9" 9" 4 EQ. EQ. EQ. EQ. y TIER 5 1 . V Lou � FILL BACK OF WALL WITH AMENDED 3ya ° . o 0 0 ` .• . ` �I TOPSOIL. AD �.! • .Ti'Pt ' • o> I JUST EXISTING IRRIGATION SYSTEM TO THE �'a Y�• - : • +� s^ EXTRA HEAVY STL. CD.4 SATISFACTION OF THE CITY ENGINEER. _ ._;:w ; •::. •;: o o ( :Q e REPAIR OR REPLACE DAMAGED LAWN l ° PIPE MIN. WALL THICKNESS .432 b STL. PANEL INSET p ' ' INCHES) D' (8 PLACES) i WITH CITY APPROVED SOD \ ` . `- y �•. c� / ,. + - ,. ,. •. :� '. `. C'J 1518" THK. STEEL BASE ~' -` PLATE ASTM '/: ' , + • M1•: A572-GR50W18A325 v n T3 TIER 5 t: ti . ti : .. r •1� a • ABS. A.B. EMBEDMENT < d o 4" 4 ..; •,: y .y TO MIN. 240.LO - • \' y , . BASE PLATE" O Zb —+- • .,•• :,' ti ( ;: ; '/ :, 2C a DEEP RECESS TO — a I 7. .: ,•' , ,•' 1„=1,_D,t TIER 4 .RECEIVE DECORATIVE q" (450) CHAMFER \ :..' " ' . • • ; " ! ` o o METAL PANEL, EACH SIDE ° �D D VD TOP OF WALL \ _ , y 2^ (45°) a D ---__ _ ______--- .� : ,j�i ::t y :•, ;•��; %CONSTRUCTION NOTES CHAMFER 8%" I® EXISTING `,♦.. >. PRECAST TIERS & COLUMN CAP o Id JACK -N BOX \' a... y .. • MODEL NUMER: CUSTOM CHAMFER -•. :�' M1. TIER 4 ° I . COLOR: ADOBE TAUPE (Cl) '. �'.. 'ti •, .•, e7 d 8, a CURBIDRIVE-THRU :f •• ;, , FINISHITEXTURE: REFER TO DETAIL 2e, THIS SHEET n WELD TO STEEL PLATE WHERE M1 ' y ° ® 4 ASILE _ SEALER: MATTE SEALER M MANUFACTURERSOCCURT PICAL) N. : _' ®•, CD.1 a ( 17 ROD OCCURS (TYPICAL) - M1 • .. f , y. „' �'• . '� y ®" cLR. 2" BELOW TOP PLAN VIEW MANFUFACTURER: QUICKCRETE PRODUCTS CORP. •' . . .••' ... • �., .••y •' •.•',• ✓' v ^ SLOPE 2°/u OF CURB PNONE: (800) 230-1377 N - ® CAST -IN-PLACE STL. ANCHOR AND ,' •; . ' '' ' ; •• , :. ti #5 REBAR, VERT., @ 18 O.C. 9g js PRECAST REINFORCEMENT BY \ s• '. ' TIER 3 SUBMIT SHOP DRAWINGS FOR THE LANDSCAPE MANUFACTURE :.. CONCRETE WALL co 4 • ' I ARCHITECT'S REVIEW AND APPROVAL. #5 REBAR, HORZ., @ 15 O.C. / ♦— -•' '' ,; { ,• ' ..�.:. • M1 ' STEEL PANEL INSETS M _ d STEEL N 1-112 DIA. WEEP HOLE @ 20 O.C. d � — j PANEL INSETS AVAILABLE THROUGH BRAVO s EXTRA HEAVY STL. PIPE (MIN. ,,, TIER 3 o • :• WALL THICKNESS.432INCHES 4 - #4 REBAR, 2°� I ' (J �� � :• . :. ` , ... SIGN & DESIGN. CONTACT FRANK FIORE AT (714) ) » ;•' ,. ; .• ' CONTINOUS, T&B FS 3.. I� o AMENDED R6 ,.: •' 284-0500 s BACKFILL WHERE `V ° i d ly a) + — - �" PANEL ARTWORK TO BE PROVIDED BY LANDSCAPE ' REQUIRED 4" " a FRONT VIEW ARCHITECT ' ° REBAR 2"(45°) y :• - M1 s" _A •' b 1 CU YD OF ALL REBAR TO BE EPDXY-COATED AND CONFORM TO ASTM CHAMFER ' ° �' •y ' '• : CONCRETE �' d - I _ 3" PRECAST COLUMN CAP- SIDE VIEW d . ; s. •• !"DRAIN ROCK 2a A775 STANDARD SPECIFICATION FOR EPDXY-COATED : ' " 1, +a ° j. \ _ \ FOOTING d .` •®. nl 4 WRAPPED IN 1.. =1 '-0" STEEL REINFORCING BAR. S.. — — -� =-t'= — — -•- FILTER FABRIC ao W 2• (45°) . �...• 3': CL'R.d .-� _ .d: (MIRAFI 140N) F CHAMFER _ - GROUT JOINTS SOLID , . , �' ' } : :+ . < ' _ + a' N HSB ~ ': '. \.' ,; i TIER 2 _ s OFF -SETS SEPARATING "1. 95% COMPACT — i ^ a co 12 METAL PANELS d d ®' . ®.. ' ..- , +• ♦ SUBGRADE I I, $ d II I -I I hI I I ; ,III=I 4 l:: ' .' '':. `'~ . ; d ° FILL TIER 1'S VOID SOLID '' TIER 2 •,,• • , , ',M1 • i III- 35" I _III— g" 0 TAMPER / VANDEL Q o ; ®4 : CONCRETE FINISH PROOF STAINLESS STEEL, m �' ; d` . '® d TH<. FELT • ,... .: , 43" CONCRETE ANCHOR (6 N SURFACE PLACES PER PANEL) „, ° d• ;b t. ' ' . • . t; ... CORTEN STEEL PANEL WITH ' .:. STEEL BASE PLATE ..: , : • ..c. •. DECORATIVE WATER JET OR 2C , 4, SECTION LASER CUT PATTERN (8 PLACES) _ 0112" OF ',h `• \, +• 3a 3i41=1 ''U° 4 Q. d . NON -SHRINK HSB M1 ' \ w 41 STAINLESS STEEL SHEET MIN.. ®III— GROUT .:,• •+ :: ' y� ,' .,; ••` .. TIER 1 - THICKNESS.125INCH I h' 4• o. ® �O®: : O' o O : °O: O°. 4 d —I y ti . ' " d CONSTRUCTION NOTES M FINISH: SATIN/BRUSHED =III= 4 .m p ®. < ' =III=• ' ` `.. ::� .t :• :. s ° I h d m ' a : — I 1" 0 A325 ANCHOR BOLT. LU CONCRETE WALL COLOR: ANTI GRAFFITI COATING N =I I (= : 4, . �I I I= EMBED MIN. 2a" f 1" INTERGRAL COLOR TO BE SANDSTONE #5237 — ®� ' ' • 4 d 4 b _ 4 MODEL: ARMAGLAZE WB 6000 — d *. ® ®• — 5 - #5 TIES AROUND ANCHOR AVAILABLE THROUGH DAVIS COLORS. PRECAST COLUMN (TIER 5) — e ° c' A � ` _ BOLTS (TYPICAL). MAXIMUM ELEVATION COLOR TO BE: CLEAR _ 4 ° • _ .4. —I I I- ° c ® .d ®q., Q. ..®. �_ SPACING 4" 2e - i CONCRETE SEALER: FINISH TO BE: SATIN ° L� 4 4.4 314" = 1'-0" d AVAILABLE FROM: AQUARIUS COATINGS INC. ®" �O� ..b . ` O. .. : • o ' O I #s @12" O.C. EACH WAY TOP APPLY A PENETRATING "NATURAL LOOK" a 4 _— - =I I I: - e AND PRECAST TIERS- DIMENSIONS PHONE: (800) 661-2298 < • " . •° a . CONCRETE SEALER TO ALL EXOPSE �d ANTI GRAFFITI COATING I — .3 CtR:' e _ {{ ' CONCRETE SURFACES APPLICATION: APPLY TWO COATS PER "� =III 11 1-1 11=1 1=III=1 I I—III=III=III=1 I I=1 11=1 I III I I I MANUFACTURER'S RECOMMENDATION. a MODEL: ARMAGLAZE WB 6000 I 95% COMPACT SUBGRADE CONCRETE WALL FINISH/TEXTURE COLOR TO BE: CLEAR (I=IIII,III, III,�,III,,III,,III,,III,,III ,III,,III, III® — REFER TO DETAIL 1, THIS SHEET FRONT VIEW SIDE VIEW FINISH TO BE: SATIN ®I I I 6' 6" SQ. CONC. FOOTING AVAILABLE FROM: AQUARIUS COATINGS INC. REBAR STEEL PANEL INSET PHONE: (800) 661-2298 SURFACE SCHEDULE (FINISHrrEXTURE) ALL REBAR TO BE EPDXY-COATED AND CONFORM TO ASTM 2b 1" = 1'-0" APPLICATION: APPLY TWO COATS PER SOT ECTION A775 STANDARD SPECIFICATION FOR EPDXY-COATED MANUFACTURER'S RECOMMENDATION. Zd NTO SCALE O T3 SANTA FE SANDBLAST STEEL REINFORCING BAR. Hs6 HEAVY SANDBLAST u b d TIER 1 b Ad a 2f PRECAST TIER " SECTION 112 = 1' " -0" 3 CONCRETE WALL QD Q radius @ degree 0 TIER 1 (BASE) 4'-81- " 1'-114" 14" 1350 5'-1" TIER 4'-7" V-8" 14" 1350 4'-4 " TIER 3 T-82" V-6 Z" 14" 1350 4'-0" , 3'-4 Z" 1'-4 2" 14" 1350 3'-8" TIER 5 (TOP) 3'- 4" u b d TIER 1 b Ad a 2f PRECAST TIER " SECTION 112 = 1' " -0" 3 CONCRETE WALL QD Q radius @ degree 0 TIER 1 (BASE) 4'-81- " 1'-114" 14" 1350 5'-1" TIER 4'-7" V-8" 14" 1350 4'-4 " TIER 3 T-82" V-6 Z" 14" 1350 4'-0" TIER 4 3'-4 Z" 1'-4 2" 14" 1350 3'-8" TIER 5 (TOP) 3'- 4" 1'-3'-a" 14" 1350 3'- 2 Z" u b d TIER 1 b Ad a 2f PRECAST TIER " SECTION 112 = 1' " -0" 3 CONCRETE WALL 2 PRECAST COLUMN C-4842 PREPARED BY: O �pNDSCgp� O)WMTm to P F ? Landscape Architects And Park Planners (9 Corporate Office: Regional Office: NO. 3883 151 Kalmus Drive, Suite M8 78060 Calle Estrada E ire Feb., 2015 - Costa Mesa, CA 92626 La Quinta, CA 92253 "Z¢, 714.641.1300 760.580.5165 9TFaFCA�\F 714.641.1323 Facsimile 760.564.0369 Facsimile CONSTRUCTION DETAILS BALBOA BOULEVARD BEAUTIFICATION C D " 3 DESIGNED: GV DRAW WN: Pc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT R -6036-S NO. DATE DESCRIPTION OF REVISIONS CHECKED: GV DATE: SEPT 19 2013120OF SHEET 38 MAX. 5'-0" O.C. STAINLESS STEEL WIRE STAINLESS STEEL MIDDLE POST CABLE ROPE �" 0 (4mm) i i it STAINLESS STEEL END CAP ROUND STAINLESS STEEL END POST { • • •tom,. 1 • • wM1 •'� • S;• • 1'ti • • ' y•' . �, 3a ELEVATION 1 /2" = 1'-0" /—2" 0 STAINLESS STEEL HANDRAIL STAINLESS STEEL HANDRAIL BRACKET DOME ._,mi M 1 ? 0 STAINLESS STEEL POST (14 GAUGE) STAINLESS STEEL WIRE I CABLE ROPE 6" 0 (4mm) .STAINLESS STEEL RAILING SYSTEM 4" I 4" STYLE: SAN FRANCISCO ROUND Lo J. 41 END POST: i 15`10 STAINLESS STEEL ROUND END POST t WITH PREDRILLED HOLES FOR CABLE rI TENSIONERS (14 GAUGE) AND WELDED BASE ^'� n STAINLESS STEEL BASE MIDDLE POST: FLANGE WITH STAINLESS MA STEEL BASE COVER FOR 15" 0 STAINLESS STEEL ROUND MIDDLE ch ROUND POST POST WITH PREDRILLED HOLES AND WELDED BASE a STAINLESS STEEL CONCRETE MATERIAL FINISH: " ANCHOR BOLT 2"0 x 6" SATINED/BRUSHED STAINLESS STEEL AISI 304 WIRE CABLE ROPE: g� CONCRETE WALL -1" 0 STAINLESS STEEL WIRE CABLE ROPE MANUFACTURER: 4. 3 A• INLINE DESIGN (425) 405-5505 ' CD.3 0SECTION 3b 1,• = 1'-0" BID ALTERNATE No. 1 3 1 STAINLESS STEEL WIRE CABLE RAILINGS 2 1 NOT USED A9" THK.) WITH DECORATIVE CUT-OUTS CORE -TEN STEEL PANELS CUSTOM (k THK.) CORE -TEN PANELS PANEL WITH DECORATIVE LASER OR WATERJET COUT OUTS. AVAILABLE THROUGH BRAVO SIGN & DESIGN. CONTACT FRANK FIORE AT (714) 284-0500 PANEL ARTWORK TO BE PROVIDED BY LANDSCAPE ARCHITECT SUBMIT SHOP DRAWINGS PRIOR TO FABRICATION POSTS POSTS: POSTS TO BE 3"x1 2" STAINLESS STEEL TUBING WITH BRUSHED FINISH WITH MIN. WALL THICKNESS OF .120 9 ER P2 PANEL 2 CONSTRUCTION NOTES WELD -ON TABS: TO BE 4" THK STAINLESS STEEL BAR BASE PLATE: TO BE 2" THK. STAINLESS STEEL PLATE P2R PANEL 2R (REVERSED) STAINLESS STEEL POST AVAILABLE THROUGH BRAVO SIGN & DESIGN. CONTACT FRANK FIORE AT (714) 284-0500 CORE -TEN PANELS 1a "- 2 ' DECORATIVE PANELS QUANTITIES —1-0 i =DECORATIVE PANELS (CORE -TEN) 9 2"x 4 2" LONG x k THK. S.S. FLAT BAR TABS WELDED TO POST, 2 LOCATIONS. DRILL 2 HOLE PER TAB TO RECEIVE PANEL JATTACHMENT BOLTS J Q J U (D HOLE TO RECEIVE? 0 CONCRETE 4" THK. CORE -TEN PANEL SCREEN WITH S.S. ANCHOR BOLT (3 PLACES) DECORATIVE PATTERN CL WALL _ 3"x1 ? S.S. RECTANGULAR TUBING. ® ® WELD TO BASE PLATE (MIN. WALL WELDED CAP TO SEAL THICKNESS=.120) POST - TYPICAL (D 5"1 THK. S.S. BASE PLATE 3"x12" S.S. RECTANGULAR TUBING POST (WALL THICKNESS=.120) BASE PLATE - PLAN VIEW � C 3" = 1'-0" 2"x 4 ' LONG x "THK. S.S. � � FLAT BAR TAB. ATTACH 17, PANEL TO POST WITH 2" 0 TAMPER PROOF S.S. BOLTS. " 3"x12" POST S.S.® ®� TOP OF RECTANGULAR TUBING WALL i (WALL THICKNE55=.120) M 5"1x2" THK. S.S. BASE PLATE I2' x s" CONCRETE BACK VIEW <' Rl ANCHOR BOLT (3 PER v %POST)4" THK. CORE -TEN PANEL SCREEN WITH 9 i DECORATIVE PATTERN SECTION POST ON WALL INSTALLATION 1"=1'-0" BOTTOM OF PAIL `i., 3"x12" S.S. RECTANGULAR TUBING POST (WALL THICKNESS=.120) SPACE POSTS 3'-8" O.C. CURE h !) f�I f (^� f�/ I (SIDIS EWALK) 10" DIA. ONCRETE FOOTING . e V DRAIN ROCK 190% COMPACT SUBGRADE IN -GROUND POST INSTALLATION - SECTION V1=11-011 PANEL COUNT & LOCATION KEY BALBOA BLVD. WALL P1 PANEL 1 68 22 PANEL 2 29 18 (:ED PANEL 2R (REVERSED) 29 18 2"x 4 2" LONG x k THK. S.S. FLAT BAR TABS WELDED TO POST, 2 LOCATIONS. DRILL 2 HOLE PER TAB TO RECEIVE PANEL JATTACHMENT BOLTS J Q J U (D HOLE TO RECEIVE? 0 CONCRETE 4" THK. CORE -TEN PANEL SCREEN WITH S.S. ANCHOR BOLT (3 PLACES) DECORATIVE PATTERN CL WALL _ 3"x1 ? S.S. RECTANGULAR TUBING. ® ® WELD TO BASE PLATE (MIN. WALL WELDED CAP TO SEAL THICKNESS=.120) POST - TYPICAL (D 5"1 THK. S.S. BASE PLATE 3"x12" S.S. RECTANGULAR TUBING POST (WALL THICKNESS=.120) BASE PLATE - PLAN VIEW � C 3" = 1'-0" 2"x 4 ' LONG x "THK. S.S. � � FLAT BAR TAB. ATTACH 17, PANEL TO POST WITH 2" 0 TAMPER PROOF S.S. BOLTS. " 3"x12" POST S.S.® ®� TOP OF RECTANGULAR TUBING WALL i (WALL THICKNE55=.120) M 5"1x2" THK. S.S. BASE PLATE I2' x s" CONCRETE BACK VIEW <' Rl ANCHOR BOLT (3 PER v %POST)4" THK. CORE -TEN PANEL SCREEN WITH 9 i DECORATIVE PATTERN SECTION POST ON WALL INSTALLATION 1"=1'-0" BOTTOM OF PAIL `i., 3"x12" S.S. RECTANGULAR TUBING POST (WALL THICKNESS=.120) SPACE POSTS 3'-8" O.C. CURE h !) f�I f (^� f�/ I (SIDIS EWALK) 10" DIA. ONCRETE FOOTING . e V DRAIN ROCK 190% COMPACT SUBGRADE IN -GROUND POST INSTALLATION - SECTION V1=11-011 C-4842 PREPARED BY: L1/W�JU�m Landscape Architects And Park Planners Office: Regional 01N 151 Kalmus Drive, Suite M8 78060 Calle Estrada Costa Mesa, CA 92626 Lo Quinta, CA 92253 714.641.1300 760.580.5165 714.641.1323 Facsimile 760.564.0369 Facsimile VpNDSCgp� �Oi��Qy M. VgSQG9pc Co c�P Rte, y sss Expi Is Feb., 2015 mT 41'��Q rFaF �A`�F CONSTRUCTION DETAILS BALBOA BOULEVARD BEAUTIFICATION CDA C DESIGNED: GV DRAWN: Pc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT R-6036-5 NO. DATE DESCRIPTION OF REVISIONS CHECKED: GV SEPT 19, 20131 SHEET 2 1 OF 38 SPRAYS & BUBBLERS Ca 0 ��kOp or ✓'r .��"� r r �r r CA NS R.O. r r s ✓ \ r / `A 'fir' `G r`r rrrr ED G r THE CONT CTOR SHALL BE RESPONSIBL O REPAIR�AND/OR N 52 r r'G 0 r �' REPLACE A DAMAGED IRRIGATION, WITH KIND E(ZUIPMENT TO o THE SATISFA ION OF THE CITY ENGINEER. r / r n JACK IN THE BOX IF I r r sr V- r✓ r �r 9 ��`, � k00131/ , rr �rr � o51 \ tE MAINLIN CONT TOR TO FIELD VERIF.v '' 'r r �-''ra \ r r 3/41110.0 62 C11) \ )CATION PRI R -TO THE INSTALLATION OF r - p`N' M AS S N N PLAN BETWEEN WE T r ��` -'Ss 4 r �S� 314" 5.0 63 �r rr - Q `,r AVENUE. c ' r ,• -- r j r Pr'`ci --. r G� 314 12.0a r�r rirr �••..�� • •• `••..� • �I -` ` e 7021-00 oor SD G 4 \ \ N �' ✓ � ®, / rte^" ''� . � R-,, '°'' !/r l%r r � ••••••• "" '", '^ Rd W _ SYMBOL COMMENTS G NOZZLE MODEL RAD BODY D SYMBOL GRISWOLD - AUTOMATIC VALVE SIZE PER PLAN - INSTALL IN DETAIL'B' PSI F H I T SPRAYS & BUBBLERS Ca 0 ��kOp or ✓'r .��"� r r �r r CA NS R.O. r r s ✓ \ r / `A 'fir' `G r`r rrrr ED G r THE CONT CTOR SHALL BE RESPONSIBL O REPAIR�AND/OR N 52 r r'G 0 r �' REPLACE A DAMAGED IRRIGATION, WITH KIND E(ZUIPMENT TO o THE SATISFA ION OF THE CITY ENGINEER. r / r n JACK IN THE BOX IF I r r sr V- r✓ r �r 9 ��`, � k00131/ , rr �rr � o51 \ tE MAINLIN CONT TOR TO FIELD VERIF.v '' 'r r �-''ra \ r r 3/41110.0 62 C11) \ )CATION PRI R -TO THE INSTALLATION OF r - p`N' M AS S N N PLAN BETWEEN WE T r ��` -'Ss 4 r �S� 314" 5.0 63 �r rr - Q `,r AVENUE. c ' r ,• -- r j r Pr'`ci --. r G� 314 12.0a r�r rirr �••..�� • •• `••..� • �I -` ` e 7021-00 oor SD G 4 \ \ N �' ✓ � ®, / rte^" ''� . � R-,, '°'' !/r l%r r � ••••••• "" '", '^ Rd W _ MISC. MATERIAL SYMBOL SYMBOL COMMENTS I 1 MANUFACTURER/ DESCRIPTION NOZZLE MODEL RAD BODY D SYMBOL GRISWOLD - AUTOMATIC VALVE SIZE PER PLAN - INSTALL IN DETAIL'B' PSI F H I T 01 GRISWOLD - MASTER VALVE F H T Q SUBTERRANEAN 12"x18" VALVE BOX 360018001200 MATCO - BALL VALVE 90° 60° 36001800 754 SERIES FULL PORT 1200 900 600 m ® REFER TO CIVIL PLANS FOR CONSTRUCTION OF NEW SERVICE 40 b TORO 0-T-5 SERIES NOZZLE 5, 570Z-12P-PRX-COM MODEL SBBC-45SS & CR SHEET LI.7 n Q IRRIGATION CONTROLLER- 30 STATION, RAIN MASTER EVOLUTION DX2, DETAIL'K' 30 MODEL DX30-SPED WITH RADIO, FLOW, AND ANTENNA KIT. SHEET LI.7 A IRRIGATION CONTROLLER- 30 STATION, RAIN MASTER EVOLUTION DX2, DETAIL W PRECISION SERIES SPRAY MODEL DX30-SPED WITH RADIO, FLOW, AND ANTENNA KIT. SHEET LI.7 12" POP-UP .26 .13 .09 .06 .04 ® IRRIGATION CONTROLLER- 30 STATION, RAIN MASTER EVOLUTION DX2, DETAIL W 4� 4 TORO 0-T-8 SERIES NOZZLE 81 570Z-12P-PRX-COM CONNECT TO CONTROLLER WITH EV -CAB -SEN CABLE. INSTALL CABLE IN 1" SCH. 40 PVC CONDUIT SHEET LI.7 30 SCHEDULE 80 PVC DETAIL'H' PRECISION SERIES SPRAY NON -PRESSURE LATERAL LINE - SIZE PER PLAN 12" POP-UP .66 .33 .22 .17 .11 SHEET LI.7 o PIPE SLEEVE - INSTALL WHERE MAINLINE AND NON -PRESSURE SCHEDULE 40 PVC PIPE TWICE THE 4� 4 TORO 0-T-10 SERIES NOZZLE 10, 570Z-12P-PRX-COM 1.0 30 PRECISION SERIES SPRAY 12" POP-UP .51 .34 .23 .17 V o ® TORO O -T-12 SERIES NOZZLE 12' 570Z-12P-PRX-COM 1.6 1-491.37 30 PRECISION SERIES SPRAY 12" POP-UP .74 .25 TORO FB -50 -PC N/A 570Z-6P-PRX-COM 30 FLOOD BUBBLER SERIES NOZZLE 6" POP-UP 50 TORO SPECIAL PATTERN 2,x6, 570Z-12P-PRX-COM 30 PRECISION SERIES SPRAY 110" NOZZLE 2X6 SST 12" POP-UP .06 RAINBIRD - ROOT ZONE RWS-M-B-C 1402 RWS-M-B-C WATERING SYSTEM N/A 50 30 MISC. MATERIAL SYMBOL MANUFACTURER/ COMMENTS DETAIL 1" SCH 40 PVC DESCRIPTION 1-1/4" SCH 40 PVC D 09 GRISWOLD - AUTOMATIC VALVE SIZE PER PLAN - INSTALL IN DETAIL'B' DW SERIES CONTROL VALVE SUBTERRANEAN 12"X18" VALVE BOX SHEET LI.7 ® GRISWOLD - MASTER VALVE SIZE PER PLAN - INSTALL IN DETAIL'C' MODEL 2000 (NORMALLY CLOSED MASTER VALVE) SUBTERRANEAN 12"x18" VALVE BOX SHEET LI.7 MATCO - BALL VALVE INSTALL IN SUBTERRANEAN VALVE BOX DETAIL'F' N 754 SERIES FULL PORT SHEET LI.7 2" WATER METER WITH 2" COPPER K SERVICE LINE. ® REFER TO CIVIL PLANS FOR CONSTRUCTION OF NEW SERVICE sF 2" FEBCO 825Y REDUCED PRESSURE INSTALL IN STRONG BOX ENCLOSURE DETAIL'M' BACKFLOW MODEL SBBC-45SS & CR SHEET LI.7 n Q IRRIGATION CONTROLLER- 30 STATION, RAIN MASTER EVOLUTION DX2, DETAIL'K' MODEL DX30-SPED WITH RADIO, FLOW, AND ANTENNA KIT. SHEET LI.7 A IRRIGATION CONTROLLER- 30 STATION, RAIN MASTER EVOLUTION DX2, DETAIL W MODEL DX30-SPED WITH RADIO, FLOW, AND ANTENNA KIT. SHEET LI.7 A IRRIGATION CONTROLLER- 48 STATION, RAIN MASTER EVOLUTION DX2, DETAIL W MODEL DX48-SPED WITH RADIO, FLOW, AND ANTENNA KIT. SHEET LI.7 ® IRRIGATION CONTROLLER- 30 STATION, RAIN MASTER EVOLUTION DX2, DETAIL W MODEL DX30-SPED WITH RADIO, FLOW, AND ANTENNA KIT. SHEET LI.7 O FLOW SENSOR- RAIN MASTER EVFM, SIZE PER PLAN DETAIL'L' CONNECT TO CONTROLLER WITH EV -CAB -SEN CABLE. INSTALL CABLE IN 1" SCH. 40 PVC CONDUIT SHEET LI.7 3" PRESSURE MAINLINE SCHEDULE 80 PVC DETAIL'H' SHEET LI.7 NON -PRESSURE LATERAL LINE - SIZE PER PLAN TO BE SCH. 80 PVC WHEN UNDER PAVING DETAIL'H' TO BE SCH. 40 PVC WHEN IN PLANTER AREA SHEET LI.7 PIPE SLEEVE - INSTALL WHERE MAINLINE AND NON -PRESSURE SCHEDULE 40 PVC PIPE TWICE THE DETAIL'D' ----------- LATERALS PASS UNDER STREET INTERSECTIONS AND CROSSINGS DIAMETER OF THE PIPE BEING SLEEVED SHEET LI.7 PIPE SIZING LEGEND (FOR PLANTING AREA) A 3/4" SCH 40 PVC B 1" SCH 40 PVC C 1-1/4" SCH 40 PVC D 1-1/2" SCH 40 PVC E 2" SCH 40 PVC PIPE SIZING LEGEND (FOR UNDER PAVING) F 3/4" SCH 80 PVC G 1" SCH 80 PVC H 1-1/4" SCH 80 PVC 1 1-1/2" SCH 80 PVC J 2" SCH 80 PVC REMOTE CONTROL VALVE A15 CONTROLLER STATION VALVE SIZE 314" 20.1 GALLONS PER MINUTE REFER TO SHEET FOR L1.6 FOR IRRIGATION NOTES AND CALCULATIONS REFER TO SHEET FOR L1:7 FOR IRRIGATION DETAILS REFER TO COVER SHEET FOR GENERAL NOTES Vq R D m 1 1 1 1 1 n / S r C �D CD CD (n CD CD r N 1 1 ALLEY 46 Scale: 11^ = 20'-0° STREET ..ONE-WAY 0 5' 10' 20' 40' NOTES: 1. PLACE ALL VALVES IN GREEN PLASTIC VALVE BOXES BY CARSON BROOKS WHEN INSTALLED IN PLANTER AREAS. 2. PROVIDE 3 SETS OF COLOR CODED SCHEMATICS INCASED IN "HEAVY GAUGE" CLEAR PLASTIC FOR IRRIGATION. C-4842 I Jto kr--3 y 1 °Q r J ==--F =___--- --- -- -------===G _--__ -�iG------ U) REMOTE CONTROL VALV Q,1 1 ALL VALVES TO BE LOCA W J, SHEET L1.7 FOR CONCI �1 �1 s s— .� 1 ~1 co 0+00 REFE REFE REFE REFE 1 � ■ 46% STREET ONE-WAY P.O.C. #1 EXISTING WATER METER AND BACKFLOW PROTECT IN PLACE. P.O.C. #2 — NEW 2" WATER METER AND 2" BACKFLOW DEVICE (SEE CIVIL PLANS) — NEW 2" GRISWOLD MASTER VALVE MODEL 2000, NORMALLY CLOSED — NEW CONTROLLER — RAIN MASTER EVOLUTION DX2, WITH FLOW, RADIO, AND ANTENNA. — NEW 1" FLOW SENSOR — RAIN MASTER EVFM FLOW SENSOR, CONNECT TO CONTROLLER WITH EV—CAB—SEN CABLE. (INSTALL CABLE IN 1" SCH. 40 PVC CONDUIT) ---- ----- \0 tm % J e of --v--v-vv-- s ------- s EXISTING WATER METER AND BACKFLOW PROTECT IN PLACE. 43 STREET ONE-WAY ALLEY STREET ONE-WAY I� = F =_--_--_____ 0 _ I I I I I ALLEY 0 r �1 �1 +t►�1!3� Q 0 REMOTE CONTROL VALVESIARE SHOWN DIA RAMMATIC. ALL VALVES TO BE LOCATEb IN SIDEWALK. HEFER TO DETAIL J, SHEET LI.7 FOR CONCRETE VALVE BOX P CEMENT. REFER TO CIVIL DRAWINGS OR MAINLINE AND LATERAL LINE SLEEVING DETAIL AT STREET AND ALLEY C SSINGS. 18+00 w ==maw mm modommmm-plill mm TV( H) 42 STREET ONE-WAY 4 R TO 1 FOR L1.1 FOR 1 IRRIGATION 1 0 U) a r =mow-------•------'•--.----ra W Gd W R TO SHEET FOR L1.6 FOR .�--i o� 1 3/ �1 1 NOTES CD. S1 AND 1 CIS A14 A15 0° 1 TO SHEET 314" 11.0 3/4" 6. •C------ FOR L1.7 o _ 0 FOR cu IRRIGATION 43 STREET ONE-WAY ALLEY STREET ONE-WAY I� = F =_--_--_____ 0 _ I I I I I ALLEY 0 r �1 �1 +t►�1!3� Q 0 REMOTE CONTROL VALVESIARE SHOWN DIA RAMMATIC. ALL VALVES TO BE LOCATEb IN SIDEWALK. HEFER TO DETAIL J, SHEET LI.7 FOR CONCRETE VALVE BOX P CEMENT. REFER TO CIVIL DRAWINGS OR MAINLINE AND LATERAL LINE SLEEVING DETAIL AT STREET AND ALLEY C SSINGS. 18+00 w ==maw mm modommmm-plill mm TV( H) 42 STREET ONE-WAY 4 R TO SHEET FOR L1.1 FOR 10 IRRIGATION a1CD LEGEND R TO SHEET FOR L1.6 FOR IRRIGATION NOTES AND CALCULATIONS R TO SHEET FOR L1.7 FOR IRRIGATION DETAILS R TO COVER SHEET FOR GENERAL NOTES G� P - .av evva vs ssva �Scaav= esea-- GG.i ALLEY I I I ---'------ -_--- - ,---r--�-----, B14 B15 3/4 3.0 314,1 8.5 BALBOA BOULEVAR 1— i a' 'I' `< 1 `,_ Al 7 19+00 - —1 — 3/411 11.0 A18 3/4" 12.0 IN A19�� HL L i iH 06 ii IL 314" 11.6 — ° — Il jl � ih---r---'rr---'r-------r-- - now ------rr r --r---- ---4 mmmmi r I �I ALLEY 44 STREET ONE-WAY u ALLEY , - - -. - -� �-iti.t:r �. ■.�..... ,,. ■ �_� r�, -rte SD >~ • B17 SD 3 go' 75J II I I l ALLEY Scale: 1"= 20'-0" 0 5' 10' 20' 11 1 K 1 T W 1 cn Io CD 10 r a1CD 1CD 1� 1C/) j STREET 40' ONE-WAY �1 i 1 0 - --rclse SD SD 1� s ® 1� I w s� 1 CD CD Cn CD w ■ C r 1- c,� 22+00 w ■ CD 0 �N F E 1 1 I — Scale: 1"= 20'-0" 40 STREET 0 5' 10' 20' ao' ONE-WAY C-4842 I act It�!� • N B18 B19 J 1 3/4 4.0 314 7.5 _ I � as 1 a) 1 aiAA JA ---- Cn 1 �A _. _ 'A r' v \ CD 23+00 +r CU U01 i i 40 STREET ONE—WAY 1 TO 1 FOR L1.1 FOR 1 IRRIGATION 1 �1 LEGEND U) TO V+ FOR L1.6 FOR IRRIGATION NOTES AND CALCULATIONS REFER 1 — 0) FOR L1 a' L1.7 1 FOR CL IRRIGATION �1 �1 U) -1 REFER TO COVER -_----- -- Crrrrrr r r JH. U Cu �1 I� N All , R If / S' 1, 4iroo H II II H II 11 rrrrrrrrrrrrrrrrn'rrrr�rrrrrrrr rrrrrrrrr.. C37 C36 COD C34 314" 6.5 314" 14.0 314" 13.0 3/4,6 I a , ALLEY 37 STREET ONE—WAY 4)�� 30 29 I I G O — ---- —=— --F — ---- — O C�_+_SD SD SD F -- -1 \ \ W Fwww -------- W v WWW W "--' W W W W W L/44.0 B21 w® 3/4" 10.5 -- -- -- BALBOA BOULEVARD , t rrreA.At T - If 91 TO CIVIL DRAWINGS FOR MAINLINE AND LATERAL LINE i � II 1 1 38TH STREET PARK ' ■m NG DETAIL AT STREET AND ALLEY CROSSINGS. 25+0o C33 C32 a �F C31 - II o//�� 28+00— /+oC30 --�- — — {- — 314" 4:9 314" 4.0' " — — II II 3/4 10.5 - -T �- -I3/4" 12.0 r rrr sr rrr rrrrrr rr rr rrrr rrryrrrr rr rr rrrrr.rrrrrr rr rrrrrr rrrrY"r rrrr rrr P.O.C. #3 - (DOWNSTREAM OF EXISTING WATER METER AND BACKFLOW) EXISTING WATER METER AND BACKFLOW - EXISTING 2" WATER METER AND 2" BACKFLOW DEVICE I PROTECT IN PLACE. - NEW 2" GRISWOLD MASTER VALVE MODEL 2000, NORMALLY CLOSED - NEW CONTROLLER - RAIN MASTER EVOLUTION DX2, WITH FLOW, RADIO, AND ANTENNA. - NEW 1" FLOW SENSOR - RAIN MASTER EVFM FLOW SENSOR, CONNECT TO CONTROLLER WITH EV -CAB -SEN CABLE. (INSTALL CABLE IN 1" SCH. 40 PVC CONDUIT) 38TH STREET PARK REFER TO I �I FOR L1.1 FOR IRRIGATION I I G O — ---- —=— --F — ---- — O C�_+_SD SD SD F -- -1 \ \ W Fwww -------- W v WWW W "--' W W W W W L/44.0 B21 w® 3/4" 10.5 -- -- -- BALBOA BOULEVARD , t rrreA.At T - If 91 TO CIVIL DRAWINGS FOR MAINLINE AND LATERAL LINE i � II 1 1 38TH STREET PARK ' ■m NG DETAIL AT STREET AND ALLEY CROSSINGS. 25+0o C33 C32 a �F C31 - II o//�� 28+00— /+oC30 --�- — — {- — 314" 4:9 314" 4.0' " — — II II 3/4 10.5 - -T �- -I3/4" 12.0 r rrr sr rrr rrrrrr rr rr rrrr rrryrrrr rr rr rrrrr.rrrrrr rr rrrrrr rrrrY"r rrrr rrr P.O.C. #3 - (DOWNSTREAM OF EXISTING WATER METER AND BACKFLOW) EXISTING WATER METER AND BACKFLOW - EXISTING 2" WATER METER AND 2" BACKFLOW DEVICE I PROTECT IN PLACE. - NEW 2" GRISWOLD MASTER VALVE MODEL 2000, NORMALLY CLOSED - NEW CONTROLLER - RAIN MASTER EVOLUTION DX2, WITH FLOW, RADIO, AND ANTENNA. - NEW 1" FLOW SENSOR - RAIN MASTER EVFM FLOW SENSOR, CONNECT TO CONTROLLER WITH EV -CAB -SEN CABLE. (INSTALL CABLE IN 1" SCH. 40 PVC CONDUIT) 38TH STREET PARK REFER TO SHEET FOR L1.1 FOR IRRIGATION LEGEND REFER TO SHEET FOR L1.6 FOR IRRIGATION NOTES AND CALCULATIONS REFER TO SHEET FOR L1.7 FOR IRRIGATION DETAILS REFER TO COVER SHEET FOR GENERAL NOTES I REMOTE CONTROL VALVES ARE SHOWN DIAGRAMMATIC. ALL VALVES TO BE LOCATED IN SIDEWALK. REFER TO DETAIL J, SHEET L1.7 FOR CONCRETE VALVE BOX PLACEMENT. a'I REFER TO CIVIL DRAWINGS FOR MAINLINE AND LATERAL LINE SLEEVING DETAIL AT STREET AND ALLEY CROSSINGS. 1 r I 1 O--------- -- -----F — -- — O— SD rI NNW rrrrrrrrrrrrrrrrr��rrrr.rrrrrrrrrrrrr rrrr rrr t n rrrrrrrrr r■ W W W W W.. \...-Yti•'� W ==—egoms v===== (10 Ci C2Y W 1 I- I F- BALBOA BOULEVARD ► CD 314" 10.5 314" 4.0 1 rn � y V �°' 1 Cn - I r A = a I (n 1=r > CD CD C22 C21 C20 /' 1 32+00 F� i 'i i_ 0 34+00 1 i - 314" 15.5 314" 6.0 I I G3/4 4.5 ---- ��^^"''��------- --------------------- rrrrrrrrr rrrrLr3rrrrr rrrrr rrrr.krr rrrrrf.rrrr rrrrrrrrr Ti _ rirr rrrrr rrr rrrrrr rrrr r—L rrr rrrrr rr V E E _ ______..k_— — --- —------- --F — -- ------ � VY 1� CD I 1 A L L E Y Scale:1 •= 20'-0" 36 35 STREET 0 s 10, 20' 40' STREET ONE—WAY ONE—WAY C-4842 ■ L.L. L O u M ' Jca --r c , - W ' J UN -~— cc 1 ■ ALLEY I C!l TN W W W WFuli--VT= -- BALBOA BOULEVARD D1 D2 3/4" ]4.6 314" 5.0 I 32 STREET REFER TO SHEET FOR L1.1 F REFER TO SHEET FOR 1-1.6 F REFER TO SHEET FOR 1-1.7 F L D6 D7.2 314" 7.0 3/4" 10.0 I I - A I A F- A E o A A- gyj 11 — I1 C f " l 11 11 �J ' I1 1t �.ar�dR� ----- – l G 11 JIG s tr 11 -�---- --� 1 11 hl -FI -1rW- W W W� W�- w W W D� _ _j� 1�--__-----�I 1'Id -W W W u W If It1f 11 1 y� f 11 W W 1 111 11 I1 11111'1 II 1I 1j1 1 11 GI I 1 I 11 111 BALBOA BOULEVARD 3/4° 11.6 II II IF Ijl i11 11t I III A II 11 jI III L I I1 �I 43+00 44+00 1 1 IA/ I A 5 Ilp - 111 1j1 Glot i ,F J F 11t Tv OH I I I ALLEY OR IRRIGATION LEGEND OR IRRIGATION NOTES AND CALCULATIONS OR IRRIGATION DETAILS REFER TO COVER SHEET FOR GENERAL NOTES 31 STREET C7 - 3/4" 3.0 �Z 0 0 ED 0 ,r 1CD VALVES ARE SHOWN DIAGRAMMATIC. , LOCATED IN SIDEWALK. REFER TO DETAIL - :ONCRETE VALVE BOX PLACEMENT. V) 'CD CD -, . • • 40+00 ® 00 141 31 CD r 1S+��I --,.> _. may{ars.�•:a��5���rir��=�✓<.ili/'�V:•.: �.+�',a1. �.... re■-/nisfi`�■ \ / CD nm7m,�� 32 wl; 6 0 51 10, 20' 40' STREET s L D6 D7.2 314" 7.0 3/4" 10.0 I I - A I A F- A E o A A- gyj 11 — I1 C f " l 11 11 �J ' I1 1t �.ar�dR� ----- – l G 11 JIG s tr 11 -�---- --� 1 11 hl -FI -1rW- W W W� W�- w W W D� _ _j� 1�--__-----�I 1'Id -W W W u W If It1f 11 1 y� f 11 W W 1 111 11 I1 11111'1 II 1I 1j1 1 11 GI I 1 I 11 111 BALBOA BOULEVARD 3/4° 11.6 II II IF Ijl i11 11t I III A II 11 jI III L I I1 �I 43+00 44+00 1 1 IA/ I A 5 Ilp - 111 1j1 Glot i ,F J F 11t Tv OH I I I ALLEY OR IRRIGATION LEGEND OR IRRIGATION NOTES AND CALCULATIONS OR IRRIGATION DETAILS REFER TO COVER SHEET FOR GENERAL NOTES 31 STREET C7 - 3/4" 3.0 �Z 0 0 ED 0 ,r 1CD VALVES ARE SHOWN DIAGRAMMATIC. , LOCATED IN SIDEWALK. REFER TO DETAIL - :ONCRETE VALVE BOX PLACEMENT. V) 'CD CD -, . • • 40+00 ® 00 141 31 CD r 1S+��I --,.> _. may{ars.�•:a��5���rir��=�✓<.ili/'�V:•.: �.+�',a1. �.... re■-/nisfi`�■ \ / CD nm7m,�� 32 wl; 6 0 51 10, 20' 40' STREET REFER TO CIVIL DRAWINGS FOR MAINLINE AND LATERAL LINE SLEEVING DETAIL AT STREET AND ALLEY CROSSINGS. 0 46+00 0 ti F t II, 47 - Q I I A ,CSD q REMOTE CONTROL VALVES ARE SHOWN DIAGRAMMATIC. C ALL VALVES TO BE LOCATED IN SIDEWALK. REFER TO DETAIL i i i i i 70 J, SHEET LIJ FOR CONCRETE VALVE BOX PLACEMENT. i if 1 ' I 30 STREET C-4842 I ' I�I I I 1 I I , I � 0 n I I S , I � `D REFER TO CIVIL DRAWINGS FOR MAINLINE AND LATERAL LINE SLEEVING DETAIL AT STREET AND ALLEY CROSSINGS. 0 46+00 0 ti F t II, 47 - Q I I A ,CSD q REMOTE CONTROL VALVES ARE SHOWN DIAGRAMMATIC. C ALL VALVES TO BE LOCATED IN SIDEWALK. REFER TO DETAIL i i i i i 70 J, SHEET LIJ FOR CONCRETE VALVE BOX PLACEMENT. i if 1 ' I 30 STREET C-4842 I O E E E- J —� ivW W _ W -- W CU , 48+00 CI U Cu a , TV OH I I I s I II I ■ E 1 W W W W W 7 SHEET L ' FOR IRRIGATION NOTES AND CALCULATIONS r O E E E- J —� ivW W _ W -- W CU , 48+00 CI U Cu a , TV OH I I I s I II I E E E E E W W W W W 7 E E E E E W W W W W REFER TO CIVIL DRAWINGS FOR MAINLINE AND LATERAL LINE SLEEVING DETAIL AT STREET AND ALLEY CROSSINGS. 49+00 REMOTE CONTROL VALVES ARE SHOWN DIAGRAMMATIC. ALL VALVES TO BE LOCATED IN SIDEWALK. REFER TO DETAIL J, SHEET 1-I.7 FOR CONCRETE VALVE BOX PLACEMENT. 760- Owl .1 29 STREET a (D E "-- E T E <s� L I I ® I I IL E`er..,,,.11 E E E JE7 SD E SD E E E- - E E _-= F 1 W W - W w W --- - W I W, `- _— --Jill W W W W— W W G � II ii 51 twp9 p r 51+00al -- g II ✓ ''., A ' BALBOA BOULEVARD II II II I� 11 II Gii iHiiG II IL II II II II if if p v) D11 D12 D13 314" 6.0 314" 6.4 314" 3.0 II ALLEY. 28 STREET P.O.C. #4 - (DOWNSTREAM OF EXISTING WATER METER AND BACKFLOW - EXISTING 2" WATER METER AND 2" BACKFLOW DEVICE - NEW 2" GRISWOLD MASTER VALVE MODEL 2000, NORMALLY CLOSED - NEW CONTROLLER RAIN MASTER EVOLUTION DX2, WITH FLOW, RADIO, AND ANTENNA. - NEW I" FLOW SENSOR - RAIN MASTER EVFM FLOW SENSOR, CONNECT TO CONTROLLER WITH EV -CAB -SEN CABLE. (INSTALL CABLE IN 1" SCH. 40 PVC CONDUIT) -�= PARKING LOT p%• U) 1 -- W L W— 7w W W W W �— EXISTING TER METER AND BACKFLOW 4-4 , PR TECT IN PLACE. Li. tn� W 55+00 L I CL A — -- � ' IIq II tp� W N' I iiF ii U) i i I iii (E I I NI E ISI a E =tea T ---4= _- J T ---- --I T SD T — I D17CU D18 5 , ! I I 3/4" 3.0 3/4" 1.0 I 1 If f I 1 I I I I ALLEY 26 STREET REFER TO SHEET FOR 1-1.1 FOR IRRIGATION LEGEND REFER TO SHEET FOR L1.6 FOR IRRIGATION NOTES AND CALCULATIONS REFER TO SHEET FOR LI.7 FOR IRRIGATION DETAILS REFER TO COVER SHEET FOR GENERAL NOTES D26 ■ 1 D27 _ r® E E E E D28 D29 314" 13.1 314" 7.0 31411 9.0 314" 13.5 r y� lip. Wdi G1IIrtsw.,r�r,��._� r --Z D14 D15 D16 I I 314" 3.0 3!4" 4.1 314 2.0 ' P I T I F ALLEY Scale: 1" = 20' 0• 27 STREET 0 5' 10' 20' 40' /r�rrrrr..wrrrrrrr `Q ,. `••,. _�....- s� <t�a ... i-: ..,..-- W W W W W _" wd/ i W` ���� W -� f� X00 BALBOA BOULEVARD���' '` "'4 -�� �, �r AA 57+00 S e E f° 0 / 4 -ryry F 'A .✓' P 6 / n * (0) i Jar f CH If A REFER TO CIVIL DRAt NGS FOR MAINLINE AND LATERAL LINE a A w SLEEVING DETAIL ATTREET AND ALLEY CROSSINGS. ` If 11 1 I� A A `� r�l L IG REMOTE CONTROL VALVES ARE SHOWN DIAGRAMMATIC. i s9W 0 ALL VALVES TO BEL CATED IN SIDEWALK. REFER TO DETAIL I I r I J, SHEET 1-1.7 FOR C NCRETE VALVE BOX PLACEMENT. A = F qA A ii ii y F I IIG I II II -- _ ---if\� D19 D20 D21,� 1 314" 3.0 314" 2.8 314" 2.0 I D22 D23 D24 r I 314" 3.0 314" 2.3 3/4" 2.0 ALLEY 25 ALLEY STREET 24 Scale: 1" = 20'_0" STREET iiil 0 5' 10' 20' 40' C-4842 I ■ 1 n r _ r® E E E E W W W W W W W WCD Vn r CD I00c 53+00 C - Cm --I- - - ------ - ------ I- __ _ --- 54+0P CD Vp G V� E E E — CD _______ E E E CD TV(014JI D14 D15 D16 I I 314" 3.0 3!4" 4.1 314 2.0 ' P I T I F ALLEY Scale: 1" = 20' 0• 27 STREET 0 5' 10' 20' 40' /r�rrrrr..wrrrrrrr `Q ,. `••,. _�....- s� <t�a ... i-: ..,..-- W W W W W _" wd/ i W` ���� W -� f� X00 BALBOA BOULEVARD���' '` "'4 -�� �, �r AA 57+00 S e E f° 0 / 4 -ryry F 'A .✓' P 6 / n * (0) i Jar f CH If A REFER TO CIVIL DRAt NGS FOR MAINLINE AND LATERAL LINE a A w SLEEVING DETAIL ATTREET AND ALLEY CROSSINGS. ` If 11 1 I� A A `� r�l L IG REMOTE CONTROL VALVES ARE SHOWN DIAGRAMMATIC. i s9W 0 ALL VALVES TO BEL CATED IN SIDEWALK. REFER TO DETAIL I I r I J, SHEET 1-1.7 FOR C NCRETE VALVE BOX PLACEMENT. A = F qA A ii ii y F I IIG I II II -- _ ---if\� D19 D20 D21,� 1 314" 3.0 314" 2.8 314" 2.0 I D22 D23 D24 r I 314" 3.0 314" 2.3 3/4" 2.0 ALLEY 25 ALLEY STREET 24 Scale: 1" = 20'_0" STREET iiil 0 5' 10' 20' 40' C-4842 I 1. It is the responsibility of the irrigation Contractor to familiarize himself with all grade differences, location of wall, retaining walls, structures and utilities. The Contractor shall repair or replace, at no additional cost to the City, all items damaged by his work. The Contractor shall coordinate his work with other contractors for the location and installation of pipe sleeves and laterals through walls, under roadways and paving, etc. 2. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that unknown obstructions, grade differences, or differences in the area dimension exist that might not have been addressed in the design of the irrigation system. Such obstructions or differences shall be brought to the attention of the City Engineer. In the event this notification is not performed, the Contractor shall assume full responsibility for any necessary alterations to the work. 3. The Contractor shall obtain, coordinate, and pay for any and all inspections as required. 4. Pipe sizes shall conform to those shown on the drawings. No substitutions of smaller pipe sizes shall be permitted, but substitutions of larger sizes may be approved, All damaged and rejected pipe shall be removed from the site at the time of said rejection. 5. All sprinkler heads shall be set perpendicular to finish grade unless otherwise specified. Install all heads with double swing joints as per detail. All heads adjacent to parking lots, walks, roads, or other paved areas shall be installed with pop-up bodies. 6. The Contractor shall flush and adjust all sprinkler heads and valves for optimum coverage with minimal misting and/or over spray onto walks, streets, walls, etc. Substitution of nozzle pattern or radius as required to achieve optimum coverage is responsibility of contractor. 7. All irrigation equipment not otherwise detailed or specified shall be installed as per manufacturer's recommendations and specifications. 8. 120 VAC electrical power source at controller location to be provided by the Contractor. Verify source of electrical power with engineer prior to construction. 9. The Contractor shall provide 3 sets of color coded schematics (as-builts) and 3 sets controller charts incased in 'Heavy Gauge' clear plastic for the City to use at the beginning of the maintenance period. 10. The Contractor shall provode 3 sets of keys for all quick couplers and valve boxes. 1 . . 9' 9 MAWA= (46.6) (.8) (35,000) (.62) MAXIMUM APPLIED WATER BUDGET = 808,976 GAL./YEAR ESTIMATED TOTAL ETWU (SHRUBS)= (46.6) (.40)( (35,000) (.62)} WATER USE (LOW -MEDIUM) 80 ETWU (TURF)= ETWU (TREES)= (MEDIUM) SHRUBS = 505,610 GAL./YEAR TURF = 0 GAL./YEAR (46.6) (.40) (61400) (.62)� 80 TREES = 92,454 GAL./YEAR ESTIMATED TOTAL WATER USE = 598,064 GAL./YEAR MAWA - ETWU = 210,912 GAL./YEAR SURPLUS TOTAL LANDSCAPE AREA 35,000 SQUARE FEET OF SHRUBS STATIC PRESSURE THE IRRIGATION SYSTEM DESIGN IS BASED ON A MINUMUM OPERATING PRESSURE OF 66 PSI AND MAXIMUM FLOW DEMAND OF 13.5 GPM. THE CONTRACTOR SHALL VERIFY WATER PRESSURE PRIOR TO CONSTRUCTION. REPORT ANY DIFFERENCE BEWTEEN THE WATER PRESSURE INDICATED ON THE DRAWINGS AND THE ACTUAL PRESSURE READING AT THE IRRIGATION PORT OF CONNECTION TO THE ENGINEER. IRRIGATION SYSTEM LAYOUT DUE TO THE SCALE OF THESE DRAWINGS THE CONTRACTOR SHOULD BE AWARE OF THE POSSIBILITY THAT THE NEED FOR MINOR ADJUSTMENTS TO THE IRRIGATION SYSTEM MAY BE NECESSARY TO PROVIDE PROPER COVERAGE. THESE ADJUSTMENTS COULD INCLUDE NOZZLE CHANGES AND/OR ADDITION OR DELETION OF INDIVIDUAL HEADS TO COMPENSATE FOR CHANGES MADE ON THE SITE. THE CONTRACTOR SHALL LOCATE ALL VALVES, LATERAL LINE AND MAINLINE IN PLANTING AREAS. FURTHERMORE, THE IRRIGATION DESIGN IS DIAGRAMMATIC. ALL PIPING, VALVES, ETC., SHOWN WITHIN PAVED AREAS IS FOR DESIGN CLARIFICATIONS ONLY AND SHALL BE INSTALLED IN PLANTING AREAS WHEREEVER POSSIBLE. THE CONTRACTOR SHALL LOCATE ALL VALVES IN SHRUB OR GROUNDCOVER AREAS. SLEEVING SLEEVES SHALL BE PLACED UNDER ALL STREETS, DRIVEWAYS AND WALKS WHERE IRRIGATION LATERAL, MAINLINE, AND WIRE WILL CROSS. SLEEVES SHALL BE PVC SCH. 40, MINIMUM BURY 36" DEEP. MINIMUM DISTANCE PAST EDGE OF DRIVEWAY OR CONCRETE WALK SHALL BE 24". WATER AND WIRE SHALL NOT BE PLACED IN THE SAME SLEEVE. SLEEVES TO BE TWICE THE DIAMETER OF THE PIPE BEING SLEEVED. WIRE SLEEVES TO BE 2. DETECTABLE MARKING TAPE 'CHRISTY'S' UNDERGROUND MARKING TAPE SHALL BE RUN WITH ALL MAINLINES AND MUST BE INSTALLED AT LEAST 6" ABOVE TOP OF PIPE. PRESSURE LOSS CALCULATIONS LANDSCAPE IRRIGATION METER 1 IRRIGATION METER 4 STATION STATION GPM DEMAND STATIC IRRIGATION PRESSURE TYPE STATIC IRRIGATION PRESSURE TYPE IRRIGATING IRRIGATING A18 13.0 12.0 TREES 66.00 TREE BUBBLER TREES QTY QTY SIZE SIZE MATERIAL MATERIAL UNIT PSI LOSS DESCRIPTION GPM UNIT PSI LOSS 1 EA 1 EA 2'o 2" DISC DISC WATER METER 12.00 0.10 14 FT 23 FT 2" 2" TYPE K TYPE K SERVICE LINE 12.00 0.03 1 EA 1 EA 2" 2" BRONZE BRONZE BACKFLOW 12.00 11.00 1 EA 1 EA 2" 2" BRASS BRASS MASTER VALVE 12.00 1.00 2 EA 2 EA 2" 2" BRASS BRASS BALL VALVE 12.00 4.00 965 LF 1580 LF 3" 3" SCH. 80 PVC SCH. 80 PVC MAINLINE 12.00 0.29 1 EA 1 EA 3/4" 3/4" BRASS BRASS CONTROL VALVE 12.00 5.06 30 FT 8 FT 1" 1" SCH 80 PVC SCH 80 PVC LATERAL 8.00 0.83 75 FT 100 FT 3/4" 1" SCH 40 PVC SCH 80 PVC LATERAL 5.00 1.82 1.16 MINIMUM PRESSURE REQUIRED BY HEAD SUB -TOTAL 24.13 22.17 MISC. FITTINGS ALLOWANCE (10% OF TOTAL) 2.41 2.22 ELEVATION LOSS (0.00') +0.00 TOTAL COMPONENT LOSSES 26.54 24.39 -0.00 MINIMUM PRESSURE REQUIRED BY HEAD 30.00 30.00 6.28 TOTAL PRESSURE REQUIRED TO OPERATE 56.54 54.39 ELEVATION LOSS (0.001) +0.00 +0.00 ELEVATION GAIN (0.00') 1 -0.00 -0.00 RESIDUAL PRESSURE 9.46 PREPARED BY: POLYVINYL CHLORIDE PIPE CEMENT IPS WELD -ON PVC 721 BLUE MEDIUM -BODIED (USE WITH 1/2" TO 1-1/2" PVC PIPE) IPS WELD -ON PVC 711 GRAY HEAVY -BODIED (USE WITH 2" AND LARGER PVC PIPE AND ALL MAIN LINES) POLYVINYL CHLORIDE PIPE PRIMER IPS WELD -ON P-70 PRIMER PURPLE (USE WITH ALL PVC CONNECTIONS) REMOTE CONTROL VALVE LABELS ALL VALVES ARE TO BE FASTENED WITH CHRISTY'S VALVE IDENTIFICATION TAGS IDENTIFYING STATION # AND APPROPRIATE CONTROLLER IDENTIFICATION INFORMATION "WATER CONSERVATION CONCEPT STATEMENT" THE SYSTEM IS DESIGNED TO ACHEIVE CONSERVATION AND EFFICIENCY IN WATER USE BY PROVIDING ANTI -DRAIN VALVES, FOR LOW HEAD DRAINAGE, RAIN CHECK INTERRUPT SWITCH TO PREVENT THE SYSTEM FROM ACTIVATING WHEN RAINING, PRESSURE COMPENSATING SCREENS TO PREVENT OVERSPRAY AND REDUCE WATER USAGE IN SMALLER PLANTING AREAS. AND LOW GALLONAGE HEADS TO REDUCE WATER CONSUMPTION. EQUIPMENT BOXES ALL REMOTE CONTROL VALVES, BALL VALVES, QUICK COUPLERS, ETC. SHALL BE INSTALLED IN SUITABLE GREEN SUBGRADE VALVE BOXES AS SHOWN IN IRRIGATION DETAILS COMPLETE WITH LOCKING COVERS. VALVE BOXES SHALL BE CARSON BROOKS OR APPROVED EQUAL AND SHALL BE MARKED 'B.V.' FOR BALL VALVES, 'R.C.V' FOR REMOET CONTROL VALVES, 'Q.C' FOR QUICK COUPLERES, ETC. REMOTE CONTROL VALVE BOXES ARE ALSO TO BE BRANDED WITH THE STATION NUMBER. ALL MARKINGS SHALL BE 2" LETTERS AND NUMBERS. LANDSCAPE IRRIGATION METER 2 IRRIGATION METER 4 STATION STATION GPM DEMAND STATIC IRRIGATION PRESSURE TYPE STATIC IRRIGATION PRESSURE TYPE IRRIGATING IRRIGATING B21 13.0 10.5 TREES 66.00 FLOOD BUBBLER SHRUBS QTY MATERIAL SIZE DESCRIPTION MATERIAL UNIT PSI LOSS 1 EA DESCRIPTION GPM UNIT PSI LOSS 1 EA WATER METER 2" 0.20 DISC 11.60 WATER METER 10.50 0.10 23 FT 13.00 2" 1 EA TYPE K 2" SERVICE LINE 10.50 0.40 1 EA 11.00 2" 11.60 BRONZE 1 EA BACKFLOW 10.50 10.00 1 EA 3 EA 2" 2" BRASS BRASS MASTER VALVE 10.50 1.00 2 EA 11.60 2" 1295 LF BRASS MAINLINE BALL VALVE 10.50 4.00 1580 LF 3/4" 3" BRASS SCH. 80 PVC 13.00 MAINLINE 10.50 0.47 1 EA 10 FT 3/4" LATERAL BRASS 1.10 CONTROL VALVE 10.50 4.70 8 FT SCH 40 PVC 1" 5.00 SCH 80 PVC LATERAL LATERAL 10.50 0.34 100 FT 1" 2.70 SCH 80 PVC LATERAL 5.50 1.16 MINIMUM PRESSURE REQUIRED BY HEAD 30.00 SUB -TOTAL 22.17 59.72 MISC. FITTINGS ALLOWANCE (10% OF TOTAL) 2.22 ELEVATION LOSS (0.00') +0.00 TOTAL COMPONENT LOSSES 24.39 -0.00 +0.00 MINIMUM PRESSURE REQUIRED BY HEAD 30.00 6.28 ELEVATION GAIN (0.00') TOTAL PRESSURE REQUIRED TO OPERATE 54.39 RESIDUAL PRESSURE ELEVATION LOSS (0.00') +0.00 ELEVATION GAIN (0.00') -0.00 RESIDUAL PRESSURE 11.61 Landscape Architects And Park Planners Corporate Office: Regional Office: 151 Kolmus Drive, Suite M8 78060 Calle Estrada Costa Mesa, CA 92626 Lo Quints, CA 92253 714.641.1300 760.580.5165 714.641.1323 Facsimile 760.564.0369 Facsimile �`ANDscgp IA. VASQq�'o �Pe0�2 y 3883 A J* Feb., 20150 \FOF GAS NO. I DATE I DESCRIPTION OF REVISIONS DIRECT BURIAL CONTROL WIRES (SOLID COPPER, 600 VOLT, TYPE UF) COMMON WIRES: WHITE (#12 AWG) STATION WIRES (#14 AWG) COLOR -CODED REQUIREMENTS PER CITY STANDARD. (4) SPARE WIRES (3 LEAD AND 1 COMMON) MUST BE RUN TO THE FARTHEST VALVE MANIFOLD FROM THE CONTROLLER. WIRE SPLICES/ CONNECTORS ARE TO BE SPEAR DRI-SPLCIED (PRE -FILLED). USE EXTRA DS300 SEALANT INSIDE CONNECTORS. IRRIGATION CONTROLLER WIRE ALL NEW VALVES TO NEW IRRIGATION CONTROLLERS. VERIFY LOCATIONS WITH CITY ENGINEER PRIOR TO INSTALLATION MAINLINE MAINLINE AND ALL MAINLINE FITTINGS TO BE SCHEDULE 80 PVC. NON -PRESSURE LATERAL LINES NON -PRESSURE LATERAL LINES AND FITTINGS WHEN UNDER HARDSCAPE PAVING SHALL BE SCHEDULE 80 PVC AND SCHEDULE 40 PVC WHEN IN PLANTER AREAS. LANDSCAPE IRRIGATION METER 3 IRRIGATION METER 4 STATION STATION GPM DEMAND STATIC IRRIGATION PRESSURE TYPE STATIC IRRIGATION PRESSURE TYPE IRRIGATING C35 D3 13.0 66.00 TREE BUBBLER TREES QTY SIZE QTY MATERIAL SIZE DESCRIPTION GPM UNIT PSI LOSS 1 EA GPM 2" 1 EA DISC WATER METER 13.00 0.20 17 FT 11.60 2" 18 FT TYPE K SERVICE LINE 13.00 0.40 1 EA 11.60 2" 1 EA BRONZE BACKFLOW 13.00 11.00 1 EA 11.60 2" 1 EA BRASS MASTER VALVE 13.00 1.00 3 EA 11.60 2" 2 EA BRASS BALL VALVE 13.00 6.00 875 LF 11.60 3" 1295 LF SCH. 80 PVC MAINLINE 13.00 0.26 1 EA 11.60 3/4" 1 EA BRASS CONTROL VALVE 13.00 5.24 32 FT 11.60 1" 10 FT SCH 80 PVC LATERAL 9.00 1.10 75 FT 11.60 3/4" 65 FT SCH 40 PVC LATERAL 5.00 1.82 LATERAL 7.18 SUB -TOTAL 27.02 MISC. FITTINGS ALLOWANCE (10% OF TOTAL) 2.70 26.90 TOTAL COMPONENT LOSSES 29.72 MINIMUM PRESSURE REQUIRED BY HEAD 30.00 29,59 TOTAL PRESSURE REQUIRED TO OPERATE 59.72 30.00 ELEVATION LOSS (0.00') +0.00 ELEVATION GAIN (0.00') -0.00 +0.00 RESIDUAL PRESSURE 6.28 DESIGNED: I DRAWN: CHECKED: I DATE: LANDSCAPE IRRIGATION METER 4 STATION GPM DEMAND STATIC IRRIGATION PRESSURE TYPE I IRRIGATING D3 11.6 66.00 SPRAY HEAD SHRUBS QTY SIZE MATERIAL DESCRIPTION GPM UNIT PSI LOSS 1 EA 2" DISC WATER METER 11.60 0.10 18 FT 1 21 TYPE K SERVICE LINE 11.60 0.33 1 EA 2" BRONZE BACKFLOW 11.60 11.00 1 EA 2" BRASS MASTER VALVE 11.60 1.00 2 EA 2" BRASS BALL VALVE 11.60 8.00 1295 LF 3" SCH. 80 PVC MAINLINE 11.60 0.39 1 EA 3/4" BRASS CONTROL VALVE 11.60 5.06 10 FT 1-1/4" SCH 80 PVC LATERAL 11.60 0.14 65 FT 1" SCH 40 PVC LATERAL 7.18 0.88 SUB -TOTAL 26.90 MISC. FITTINGS ALLOWANCE (10% OF TOTAL) 2.69 TOTAL COMPONENT LOSSES 29,59 MINIMUM PRESSURE REQUIRED BY HEAD 30.00 TOTAL PRESSURE REQUIRED TO OPERATE 59.59 ELEVATION LOSS (0.00') +0.00 ELEVATION GAIN (0.00') -0.00 RESIDUAL PRESSURE 6.41 C-4842 IRRIGATION NOTES AND CALCULATIONS BALBOA BOULEVARD BEAUTIFICATION W CITY OF NEWPORT BEACH 20131 PUBLIC WORKS DEPARTMENT R -6036-S SHEET 27 OF 38 NOTE: 95% CLEAN BACKFILL AS REQUIRED. PLASTIC VALVE BOX 12"X18" ALL VALVES LOCATED IN SIDEWALK SHALL BE RECT. 12"X18" PLASTIC VALVE POP-UP SPRINKLER HEAD -- FINISHED GRADE IN TURF AREAS FINISHED GRADE RECT. W/ LOCKABLE LID INSTALLED IN CONCRETE VALVE BOX & COVER. BOX W/ LOCKABLE LID TO BE SEE LEGEND FOR SPECIFICATION CARSON INDUSTRIES #90-12B ROUND BOX COLOR: GREEN (SEE DETAIL'T FOR VALVE MANIFOLD DIAGRAM) USED WHEN INSTALLED IN PLANTER AREA. FINISHED GRADE TOP 1 1/2" W/ F.G. IN PLASTIC VALVE BOX 10" RND. W/ LOCKABLE LID FINISHED GRADE BALL VALVE COLOR: GREEN TURF AREAS TOP 1/2" ABOVE F.G. IN COLOR:GREEN PAVING "�'��_ ��' -� NOTE: HEAT �� EAS 36" WIRE EXPANSION LOOP TYPICAL. f , I ®� j 24" WIRE LOOP �_�� � ��� � � BRAND RCV AND I I -� I= "� 24 WIRE CONTROLLER AND I I= I I� LOOP �) 61 I ? �l �� �) — SCHSHR. NIPPLE, LENGTH AS REQUIRED 3 �v tnYt?iKIRR'ft1MIM(l VALVE NUMBER ON � I �� � o1� �. LID IN 2 LETTERS 1 MARLEX STREET ELL AND 1 PVC THREADED ELL --�-=) 1-, --° -*-- FINISHED GRADE _� 11=! I I II 11== (90) IN SHRUB AREAS f/` UNDISTURBED SOIL —}- .. _-1 SCH. 80 NIPPLE 6" MINIMUM ( ) 1 iw-wl I I WIRE CONNECTORS MAINLINE AND CONTROL _ _ - SCH 80 PVC b F w F`°W LATERAL -ANGLE TO MARLEX STREET ELL OUT OF LATERAL _ WIRES IN SCH 40 SLEEVES p-= Y E SPECIFIED DEPTH, 0� LINE FITTING - r / LATERAL LINES IN __ _ _� ` JC o� ate C� ' C,a Ca (//j ° ° ° ° ° ° WITH 45 DEGREE ELLS. C � 12Q° (%C�°` 01 C ° Z � LATERAL LINE, DEPTH AS SPECIFIED IN 'H' THIS SHEET SCH 40 SLEEVE - % C� G MAINLINE CZ% ° � °% t�0 Q �3 0 t 0 0 C ° ff o� oO Q o cSJ SCH 80 PVC MALE ADAPTER o a- ° BRASS SCH 80 PVC MALE ADAPTER .} ° BRICK SUPPORTS 4 REQ'D) ®( ) - 2"MIN. I -- I--�� T�T-I UNION NOTE: HEAT 'MV' SCH 80 PVC NIPPLE TYP. ( ) �� (� � �� „ ea�a � ---I I I I-- — I -- T BRASS NIPPLE TYP. BRAND ON LID ( } HEAD TO BE INSTALLED: 120'1IN I- owl 2" LETTERS 314" CRUSHED GRAVEL 2" FROM ALL CURBING �— PVC ELECTRICAL SWEEP 3/4" CRUSHED GRAVEL 12" DEEP 4" FROM ALL WALKWAYS IF INSTALLED IN CONDUIT 12" DEEP. MIRAFI 180N FABRIC LANDSCAPE FABRIC (OR EQUAL) LANDSCAPE FABRIC NOTES: BRICK SUPPORTS SCH 80 PVC UNION NOTE: HEAT BRAND 'PB' ON LID 3/4" ROCK, 3 CUBIC FT. 1. REFER TO CIVIL DRAWINGS FOR SLEEVING TYPICAL DETAIL NOTE: NOTE: USE ALL BRASS PIPING BRICK SUPPORTS IN 2'° LETTERS FOR ALL STREET AND ALLEY CROSSINGS. ALL MASTER VALVES LOCATED IN SIDEWALK SHALL TO DISCHARGE SIDE OF (4 REQ'D) BE INSTALLED IN CONCRETE VALVE BOX & COVER. MASTER VALVE MAINLINE PULL BOX NTs D SLEEVE INSTALLATION NTS C MASTER VALVE NTS B REMOTE CONTROL VALVE NTs A POP-UP SPRINKLER NTS 5 95% CLEAN COMPACTED HEAT BD 'BV' ON BACKFILL LID IN LETTERS �— -vwV-ti 210 FINISHED GRADE �� ! � ;'� i $ FINISHED GRADE IN TURF AREAS INSTALL BALL VALVE IN SHARED VALVE I-- :.......:•......... ..:. > ''i BOX WHEREVER POSSIBLE (REFER TO ,........::' ,. ,: -1 - CRIMP DETAIL'S THIS SHEET ) 2 12 WIRES B SLEEVE BODY PLUG PLASTIC VALVE BOX 12" RE W/ �- -- UNDISTURBED SOIL } LOCKABLE LID COLOR: GREEN LEGEND _____ _ _ � = 1 :. .:•.' 24 3_ - ----- 1 NOT USED A(� �! —F1 ; ` ' ' ` - -- ° , - 1. INSERT WIRE THROUGH HOLES IN BASE OF BODY. --- FINISHED GRADE IN SHRUB AREAS = f 6=�! �- C _ I= ,r ------ 18 LATERAL LINES - .;.::.::..:.::::.:..:.::...: .:.I I I=III=1 I I=I i ( 6" -— BALL VALVE, SEE LEGEND FOR RAINBIRD BUBBLER. 2. TWIST STRIPPED WIRES TOGETHER AND APPLY CRIMP SLEEVES WITH AND III=III ) I II I I SPECIFICATION INDENT TYPE CRIMPING TOOL. TRIM EXCESS BARE WIRE. 3 PVC RISER - SCH. 80 __ .....:: '.::°.': :,:. —iii-- _� _ MAINLINE AND _ :-.. 3. FILL PLUG TO BRIM WITH DS -300 SEALANT. 4 B PRESSURE SUPPLY LINE FLOW --� CONTROL WIRES -- ._ _ 2"MIN. DEPTH AS PER SPECS. 4 PVC LATERAL PER PLAN. � -- I==1 I 1 f I•-==1 ! =1 I I= �== 4. INVERT BODY AND INSERT PLUG INTO BODY UNTIL SNAPS TIGHT. 0 ° °_ 4 f 6 1 11- 1 I 1-1 I I I 1 1- 11�-) 1 I--1 1 1- 5. PUSH WIRES ALL TEH WAY INTO THE PLUG TO COMPLETELY SEAL ETH 0 SCH 80 PVC MALE ADAPTER O FINISH GRADE _� -_! 12" CRIMP SLEEVE. �— BRICK SUPPORTS (4 REQ'D) - NOTES: BRASS UNION _ 1. LATERAL LINES AND MAINLINES TO BE INSTALLED 6. BE CERTAIN SEALANT HAS FORMED INTO ALL HOLES IN BODY. BRASS NIPPLELANDSCAPE WATERING SLEEVE PER IRRIGATION LEGEND - _ FABRIC AT A DEPTH OF 30" FOR ALL STREET AND ALLEY CROSSINGS. 4 REFER TO CIVIL DRAWINGS FOR STREET AND ALLEY CROSSINGS. 3/4" ROCK, 3 CUBIC FT. 2. TAPE CONTROL WIRES EVERY 10' NOTE: SECTION VIEW -N.T.S. 3. IN ROCKY SOILS INSTALL PIPING IN SAND BED 1. BOX TO BE INSTALLED AS TO ALLOW FOR PROPER OPERATION OF BALL VALVE INSTALL AT RIGHT ANGLE TO HARDSCAPE EDGE, INSTALL VALVE OFF -CENTER IN BOX. 4. 24" DEPTH REQUIRED FOR ALL DOMESTIC MAINLINES 2. BALL VALVES LOCATED IN ROADWAY SHALL BE INSTALLED IN CONCRETE VALVE BOX & COVER. I TREE BUBBLER NTS H PIPE INSTALLATION NTS G WIRE CONNECTORS NTS F BALL VALVE NTS CURB FACE CURB FACE TREE TREE FINISH GRADE. STAINLESS STEEL ENCLOSURE ' = 1 ` . PLANTING AREA 10 MIL TAPE ON ABOVE GROUND PIPE Heat band'FS' on lid Two (2) conductor, sheilded cable SEE LEGEND FOR SPECIFICATION . a R/P DEVICE SEE LEGENDJumbo AEF 9516-2SP ( } 1" in turf areas P lastic valve box connection to transmitter 2" in shrub areas , . • �, .^ , ::. } a` ) `• " � '= `�' e ` � •' �' �' P • • ' "'3`j FOR SPECIFICATION with 2-6 extensions: �, ; ..... • ,; t s .. • and locking cover i—�`—. _ a �• a BRASS BALL VALVE TYP. IRRIGATION CONTROLLER . BRASS NIPPLES MIN. 41, TYP. Finish grade GFI TYPE SWITCH BRASS ELL, 4 REQUIRED — W/ ON-OFF SWITCH 30 11 VALVE BOX VALVE BOX 30 BACKFLOW ENCLOSURE PER LEGEND - Black Red — TERMINAL STRIP AND BACK OF SIDEWALK BACK OF SIDEWALK PRESSURE REGULATOR OR WYE _ CONTROL WIRES STRAINER IF SPECIFIED, SEE BELOW _ _ Extension r �q--� -I p 1" PVC ELECTRICAL SWEEP FOR PLAN VIEW - N.T.S. p BRASS UNION, 2 REQUIRED - -�! m FLOW SENSOR WIRES 12" �MIN. 2" BRASS RISERS LENGTH AS REQ. � � a ..•.. ..Y__ I:'18" Waterproof connections i — Jumbo box I �- Red Black ( '-- --Data EPDXY SEALANT CONCRETE PAD (2891x28"x8" 3,250 PSI OR MAINLINE PER PLAN a �I ill -119 SII= II �Ji :. ' -.t i !-•-3 f 1--. -E I I --- � I E- I f ! -�� i R I--! ! 1--� I f. -.-I I t 1- i ------ __- Industrial ! I-- - i 3 SACK MIX) PER MANUFACTURER'S SPECS. - - -'- - - ! - - PVC MAINLINE TO MASTER VALVE SCH 80 PVC MALE ADAPTER SCH 80 PVC NIPPLE 6" MIN. Flow sensor - Main line —► Flow .► g Size or direction change SVA: ma o ;� >a a da ; distance equal to 5X pipe e _ .a 4_• , : a-0 :. � . , . - ' ' " FINISH GRADE _ - ___ �� �a ! �T; I I 3 PVC ELECTRICAL SWEEP FOR LINE SIZE BALL VALVE I I I i■ ■i • CONCRETE SLAB, SEE BELOW v " ' � a ° 1'":' diameter from flow ®` ` ` . ;4 . " "� ` da . °' , ga . a, a. �a>aa�nn �' ` ' ` " * ' �' a • U sensor (if required) e LOW VOLTAGE CONTROL WIRES I PVC MAINLINE ya>�a.aa> . .� >;4>441AAI JA aa. y4 11 44 Size or direction change at 9 ' °•� �eAA°,A; :,A y A 0 a 0 ' � — 3" PVC ELECTRICAL SWEEP FOR I I dA ,'4A 10 X pipe dia. a ° 9 q `®� ° a ASA` 5 X pipe dia. ,a ° a° > distance equal to 1 OX pipe he a 0n a 'a . o 'p 44 - ja p o - pa ga ® o n ya a ya 4 1, q 0 s 4, . v s p4 c 110 VOLT POWER WIRES J ,;a 1tl diameter from flow >Am4&4a pA; GAm�4 44 44 :;A !A to aJA a4 dA 4A nb Alm 6" deep 314"pea gravel 3/4" X 96" COPPER GROUND ROD _ _ _ _ _ REMOTE CONTROL VALVE �- INSTALL MULTIPLE VALVE ASSEMBLY NOTE: ' d pa sensor f44 as4 > ad �4 60" as sump �a . , a . . ,a ... , >.. !a , , to 6 ` �R'' ® CONNECT AS PER MANUFACTURER PER PLAN IN OVERSIZE CONCRETE VALVE BOX CONCRETE SLAB SHALL BE MINIMUM 4'" THICK, 18" WIDE AND EXTEND AT LEAST 8" PAST THE BACKFLOW ASSEMBLY PIPING. IF BACKFLOW ENCLOSURE IS SPECIFIED BY CHRISTY -MODEL # N-36 BOX IN THE LEGEND, THE CONCRETE SLAB SHALL BE THE SIZE REQUIRED BY THE SECTION VIEW - N.T.S. WITH # N -36R LID. MANUFACTURER. NOTE: ALL VALVE BOX LOCATIONS AND LAYOUT TO BE APPROVED BY LANDSCAPE ARCHITECT. BACKFLOW PREVENTER NTs L FLOW SENSOR NTs K CONTROLLER AND ENCLOSURE NTS J VALVE MANIFOLD DIAGRAM NTS_ C 4842 PREPARED BY: IRRIGATION DETAILS M VASOGd��y MDQ �4�Py 0 BALBOA BOULEVARD BEAUTIFICATION Landscape Architects And Park Planners Corporate Office: Regional Office: 0.3883 LI 151 Kalmus Drive, Suite M8 78060 Calle Estrado E ires Feb., 2 "� Costa Mesa, CA 92626 La 4uinta, CA 92 3 �� 714.641.1300 760.580.5165 �T-7,4( cp'0F DESIGNED: GV DRAWN PC CITY OF NEWPORT BEACH R -6036—S 714.641.1323 Facsimile 760.564.0369 Facsimile NO. DATE DESCRIPTION OF REVISIONS CHECKED: GV DATE: SEPT 190 2013 PUBLIC WORKS DEPARTMENT SHEET OF 28 38 /" d ✓ .ter'^"'"` F4� x"'.",� y.B t'^' .,,<` .✓ � �+F, Y"'" \n / �..*"' R ��� , �} REFER TO SHEET FOR LP.6 FOR PLANTING DETAILS AND NOTES �', r-' ' 6� REFER TO COVER SHEET FOR GENERAL NOTES r" ��,..r r� ff f r CA } ,:' rr"'r...'',. -�j ,.�,"�° `` '`a'n`t„„ ``'"�°;3 r✓'^ e � ter ,+. $`. �s, CALf RANS R.O. .♦��y� `ter ,r^°rd�✓'' ' .r" k " � ' • %" 0 ,r``f m �'1 `� ,' ` ... ,.,'' ,mss ,.'' °� �� ` 8 SEN SER 4 r f s t \ \ A' } �✓"'"� -p . "^ "dr'".J,r'° 18 rO C:'' .•'' ,f,✓/ r e ° e ° 1`� ,°''♦,,,s4,� �`'� ✓� t-"- €.d^ ,-r'.' "• .r tsn'`` °k • �'.� rP °!,r r" % i,� a's� �s ti )yam •, o,-- .." , s :A' ♦ ` y t. Jr,✓r p,s"` f,. .."'`, \ ,r^Y:a fr`"d f; a`1 ,+,�- p( /► O�`•�,,- ^ a,.^ -r FG,,^`' •, ✓^" Ij V .�'r ter' r'•p'd... r„ \ ''`/%✓"' .^....� / ./; ''/ +, C e C- F •o",f ✓" i,". y ;4t t r d,d°" �,.r,,�d`f ,�„.'4 .^^�(—--_�,,,.." .^:° •.` \ `'. ''A. 4,y'2 01j " �d '` f � +" .d� "` .'s,r�r,✓`�'= �* ` �� � �{ fir'° � �","`'> . „,. �R �°� �• � � o` "'-' C r ,,"'"`••'''"•.. ".�. .,.°`. <r"" ey'" `a / fd/ 1 j�'A-- t ft ...^"`'� ii `" ,'`.r � �~ f rs✓'. { r- "�� �1 r fly j��! t �v� d " � �'�A ,d, " r F r' rF ,- f,,, .,^. ✓' of i., f 1 ,� \ �'y \ �� JACK IN THE BOX ✓°' � r 8f B � ..^' r' � 'd ��� U ^� ,.. I 4 ru9�„ r" ^' df,� •'`� dR d�� 19' f\� LIR MUS CAR TOM .f \ n t -i'ir.� ar S 4 •A r,/ O 30_yM ^'�".,,, �1--••,.,... ✓' ;. °r"`C''` ?, Qr`(r `t 1 �!' r r urj f'.'F` SEN SER '�' '-.., •., -. �``�,. _ �,."-•1''�!/ `,...,w.."m ;\t F" 1 A,.„`, 'L \i. 24 -'PZ. " .,..,.,,�'..,, ,,,,,.,. 1-.. �j`.. // 1„.M '�'"-,+-z-+ / ; <; a"""�,:.W,,..� E•^`'" fe`�'£� .,.N""' „�,:s^"'".✓ "'---... ,.„,,.,"`'',4"* t ri Y..,v.~-,. �-„ ���_� \ • `mac _.�y / .,,. .."°" 11t C. } 18O F' •'",,s` d s+ -�✓' � qq r4« 4 'r' .r 1!( .l,"r'"a„J' r t, , .,%" `err d /„ ,"„ p"..M-� ......,,w „",,,; r•r M,.,„" ''._� - //�// `.,�'^.....,,,-q '^ r,d t .J,✓'� f ^'w..✓ ""' ..w ` �� ° f:4A �� "fid./ ""+e.� ..,-... 1 ""�.- ��.I "''"•-- ,,.-^""" ,e- � �Y r CAR TUM ,• CAR TUM - 1 - ,..^ 'CD , :q ,Fs ,� .,^' � �,.. .a ~M'.,�. lam. ""•. tw - .� . , q 'r 2g"0:C. i�♦` 24"O.C. ✓ �f .r"s r :r' "-§ d v ,,.,"� •�f ,w`�`p '`^,,..,,,,""",,.,,,, ) 1_� I }:It �'�d"'!ti.q,� ''y Cn 1 1 4> w �: �. , w 1 Daylily , st> ,,. ,"„+-.. r ,.,,.r}y .,�>.,.. ,.q �, ..,� ..».-_.-...,,,.,,. ^`�,.. a ,.,. ..,..0 � eevv� ...,,,,-,.,,^ !t ^T � """'^ v� .moi '"a "„tet CD ...,,,^ ...�• ,.� �I .,- aJ:=- ..�. :� .__:-.r:.--.� -_r-.: 1 } .�--...,,,, ^,,.,... `� �,g^p.m,'r ,., e• '^-�.”` ff � w� 1 C"• • • `tp / �l-"'l'�, l.!`'" ,, ,�,„." r - t~.°;,'j}` „).......`" .� ' .,.... ,..w ^% .., .>'a. Oe .`".,.• w,:,q '^,. ff ."'m.,,,.' , ` ! yf""+' `•,f �,"+ ( ViCALTRANS.R:O:V. �� ,,.F. �, �r'✓• ♦ ._xas:. /, '^„\ � 1 I 1 ., a so e • \ ! -T .! � e..,, ...._ L e .,-."`"^-..,,.„„ --_.' �j'°" F::s ,E' F` � ,,"�'t" !!.1` F 1'.±....,,,,.:^ ,,,„,. N,.,.r.r'' Y' • • e l / �, 'f'- Y .� i. ��,. t� \i ° • e f.. �%9 `( a^. "'.^�. ,,�,....-,.,^, -. ,,... +^,,, '.,.. ..^",y",,. o e • la : *I• . ' - i e e Y __% ^*, C A+.J ,� 8 '^fir 11 S „''^" ,.., r i w^ A^" ,"' i� �a• • •- S, .. , .-t � �; � � . , ,,s ,�."� w�. \,_��,r..�_ � I a�. _ I�Oji. -'_-.,i..A. } _�,.._- _.-�..-. . ., + +._1 + . I +. t.ct`� _ ,J^ �+-• ' .�"` g+ -...-,I.__.:,I._A�: I..:,�i ..:J......:I,.«�. -»"}' „J- .- .:, ./ O r} 8 CD / HEL SEM'0 Oko%t ., i .C,c# _ J FPLANT LEGEND N!"}` _. I _,F, � '"" "- p O � _ - "^-,,,,, f."'' '�,., e • "''�",� w ", "-. �"`� r'`r I t' -J C *'t"i '." TREES & PALM TREES Botanical Name SYMBOL COMMON NAME �oslo, ® 0 QUANTITY SIZE COMMENTS WATER USE GROUND COVERS SYMBOL �4 () II II II 0000o,o000o�o�o� 000000 0000000000000000 0000000000000000 0000000000000000 o�o_o..o 0 0 Botanical Name ABBREV. COMMON NAME QUANTITY SIZE SPACING WATER USE QUANTITY NOTES TREE LOCATION NOTE: SPECIAL CARE TO BE TAKEN WHEN DIGGING TREE PITS. LOCATE ALL UTILITIES PRIOR TO DIGGING, ADJUSTMENTS MAY BE REQUIRED TO TREE LOCATIONS. SHRUBS CAR TUM Carex tumulicola 1325 1 GAL MEDIUM Cassia leptophylla 18 36" BOX Standard .3 GOLD MEDALLION TREE 24" OC 3 LANDSCAPE ARCHITECT FES GLA Cordyline australis 'Torbay Dazzler'10 1085 15 GAL. Standard LOW TORBAY DAZZER CORDYLINE Cordyline 'Festival Grass' AZURE BLUE FESCUE FESTIVAL CORDYLINE '3 0 Magnolia grandiflora 'Majestic Beauty' 131 36" BOX Standard MEDIUM MAJESTIC BEAUTY MAGNOLIA 1 GAL TRIANGLE SPACE MEDIUM .4 Spathodea campanulata 60 36" BOX Standard MEDIUM AFRICAN TULIP TREE Loropetalum chinense 'Monraz' Daylily'B' Hemerocallis ,3 1 GAL TRIANGLE SPACE MEDIUM Agave celsil albicans RUSSIAN RHAPSODY WHITE AGAVE + 18" OC •3 o Phoenix dac lifera 'Med"ool' ty I 22 20 BTH „ MIN. 10 CALIPER LOW MEDJOOL DATE PALM MEDIUM AEONIUM SALAD BOWL 3 Agave 'Blue Glow' 18" OC '3 LOW c Washingtonia Hybrid 11 15' BTH MIN. 18" CALIPER .3 PALM TREE VARIEGATED LILY TURF GROUND COVERS SYMBOL �4 () II II II 0000o,o000o�o�o� 000000 0000000000000000 0000000000000000 0000000000000000 o�o_o..o 0 0 Botanical Name ABBREV. COMMON NAME QUANTITY SIZE SPACING WATER USE QUANTITY NOTES TREE LOCATION NOTE: SPECIAL CARE TO BE TAKEN WHEN DIGGING TREE PITS. LOCATE ALL UTILITIES PRIOR TO DIGGING, ADJUSTMENTS MAY BE REQUIRED TO TREE LOCATIONS. SHRUBS CAR TUM Carex tumulicola 1325 1 GAL TRIANGLE SPACE LOW 20 NOT SHOWN ON PLAN TO BE PLACED BY WINTERBORN PHILODENDRON Berkeley Sedge Dianella tasmanica 'Vadegata' 1 GAL 24" OC 3 LANDSCAPE ARCHITECT FES GLA Festuca glauca 'Azurit' 1085 1 GAL TRIANGLE SPACE MEDIUM o— Cordyline 'Festival Grass' AZURE BLUE FESCUE FESTIVAL CORDYLINE O 12" OC '3 MOUNTAIN PEPPER Day/ily'A' Hemerocallis 65 1 GAL TRIANGLE SPACE MEDIUM 5 GAL VERIGATED BRAZILIAN ALOE PINK PARFAIT Liriope gigantea MUST BE AT LEAST 3/4 CAN FULL 18" OC 3 Loropetalum chinense 'Monraz' Daylily'B' Hemerocallis 935 1 GAL TRIANGLE SPACE MEDIUM Agave celsil albicans RUSSIAN RHAPSODY WHITE AGAVE + 18" OC •3 OCTOPUS AGAVE Daylily'C' Hemerocallis 1020 1 GAL TRIANGLE SPACE MEDIUM AEONIUM SALAD BOWL SUN TWIST Agave 'Blue Glow' 18" OC '3 LIR MUS Liriope muscad 'Silvery Sunproot' 730 1 GAL TRIANGLE SPACE MEDIUM 3 VARIEGATED LILY TURF 18" OC SEN SER Senecio se►pens 440 1 GAL TRIANGLE SPACE LOW 30 NOT SHOWN ON PLAN TO BE PLACED BY BLUE CHALKSTICKS 18" OC •3 LANDSCAPE ARCHITECT Helictotrichon sempervirens MEDIUM HEL SEM 'Sapphire' 1240 1 GAL TRIANGLE SPACE 3 BLUE OAT GRASS 18" OC MUH PIN Muhlenber is 'Pink Flamingo' g g 410 1 GAL TRIANGLE SPACE MEDIUM 3 PINK FLAMINGO MUHLY 24" OC SYMBOL Botanical Name MUST BE AT LEAST 3/4 CAN FULL COMMON NAME O Philodendron 'Xanadu' 3 WINTERBORN PHILODENDRON ® Dianella tasmanica 'Vadegata' 1 GAL VARIEGATED FLAX LILY 4 Alstroemeria x 'Little Eleanor' MUST BE AT LEAST CAN FULL TO LITTLE ELEANOR PERUVIAN LILY 1 GAL Bougainvilla 'Month' .4 PURPLE QUEEN BOUGAINVILLA o— Cordyline 'Festival Grass' 1 GAL FESTIVAL CORDYLINE O Drimys lanceolata MUST BE AT LEAST 3/4 CAN FULL MOUNTAIN PEPPER 5 GAL Fatsia japonica 2 JAPANESE ARALIA MUST BE AT LEAST 314 CAN FULL Furcraea foetida 'Mediopicta' 5 GAL VERIGATED BRAZILIAN ALOE ® Liriope gigantea MUST BE AT LEAST 3/4 CAN FULL GIANT LILYTURF 0 Loropetalum chinense 'Monraz' RAZZLEBERRI FRINGE FLOWER MUST BE AT LEAST CAN FULL TO Melianthus major O HONEY BUSH Agave celsil albicans MUST BE AT LEAST 3/4 CAN FULL WHITE AGAVE + Agave vilmoriniana OCTOPUS AGAVE Aloe rudukoppe 'Little Gem' LITTLE GEM AGAVE Aeonium urbicum AEONIUM SALAD BOWL Agave 'Blue Glow' BLUE GLOW AGAVE pOp!� 18"O.C. .� O T"- / � '^ _ _ ,."",. �.. "`"�,^ � ", ase e e �°"��•` .d'^^-.,. ".,.„" r . ,.-v, -., Y .._..,. . •^ a f 41D �'''^�, �Jf �' tF '^,.� �'.,,,w, q7'. *.,,� _ *,.-..,. ".';^•+" 4 ,r',i✓F d,,, ^ fb'.;} d,�'a G ^+" ' . —1 r w f= fg I} /: i, „"'�,. ,:-�„•y � , t `.^,n^,.. <.,,,.,�.. �!•� „ate .., A' �" ..-._-�. r'" ., =r ,..d D_i AN. 'a� r QUANTITY SIZE COMMENTS WATER USE QUANTITY NOTES � f MUST BE AT LEAST CAN FULL TO LOW r 53 1 GAL BE ACCEPTED !;>, .f c!i4,ib4k` E .2 Vii) TM {/ MUST BE LEAST 3l4 CAN FULL MEDIUM , 4 259 1 GAL TO BE ACCEPTED .4 MUST BE AT LEAST CAN FULL TO LOW `'•' % !' 95 1 GAL BE ACCEPTED 2 ✓ I,d `,F j Fr(— ­7 r , ( 1 { ,, � / ,.4I �.«` MUST BE AT LEAST CAN FULL TO MEDIUM {°r `P ~I � 51 1 GAL BE ACCEPTED 4 '`fA�4 c MUST BE AT LEAST 314 CAN FULL MEDIUM P'6 ;` HEL sena t 125 1 GAL TO BE ACCEPTED .4 103 1 GAL MUST BE AT LEAST CAN FULL TO MEDIUM BE ACCEPTED .4 >' MUST BE AT LEAST CAN FULL TO MEDIUM 12 1 GAL BE ACCEPTED a ' L, LOW Passiflora jamesonii MUST BE AT LEAST 3/4 CAN FULL 68 1 GAL TO BE ACCEPTED 3 TO BE PLACED BY MUST BE AT LEAST CAN FULL TO 527 1 GAL BE ACCEPTED 4 TO BE PLACED BY MUST BE AT LEAST CAN FULL TO 246 1 GAL BE ACCEPTED .4 BOSTON IVY MUST BE AT LEAST CAN FULL TO 14 1 GAL BE ACCEPTED LOW Thunbergia alate 'Sunny Lemon Star' MUST BE AT LEAST 3/4 CAN FULL 14 5 GAL TO BE ACCEPTED 2 YELLOW BLACK-EYED SUSAN VINE MUST BE AT LEAST 314 CAN FULL 9 5 GAL TO BE ACCEPTED ® LANDSCAPE ARCHITECT MUST BE AT LEAST 3/4 CAN FULL 294 1 GAL TO BE ACCEPTED POTATO VINE MUST BE AT LEAST CAN FULL TO 247 5 GAL BE ACCEPTED MUST BE AT LEAST 3/4 CAN FULL 16 5 GAL TO BE ACCEPTED L, LOW Passiflora jamesonii 3 LOW 20 NOT SHOWN ON PLAN 3 TO BE PLACED BY 25 LANDSCAPE ARCHITECT MEDIUM 30 NOT SHOWN ON PLAN 4 TO BE PLACED BY LANDSCAPE ARCHITECT MEDIUM LOW .4 BOSTON IVY LOW 1 GAL .2 .3 LOW Thunbergia alate 'Sunny Lemon Star' 2 LOW LOW 2 YELLOW BLACK-EYED SUSAN VINE LOW 20 NOT SHOWN ON PLAN 2 TO BE PLACED BY ® LANDSCAPE ARCHITECT LOW .2 VINES SYMBOL Botanical Name COMMON NAMF QUANTITY SIZE COMMENTS ALLEY F� WATER USE m Passiflora jamesonii MUST BE AT LEAST STAKE HIGH TO MEDIUM CORAL SEAS PASSION VINE 25 5 GAL BE ACCEPTED .4 Parthenosissus tricuspidata MUST BE AT LEAST STAKE HIGH TO LOW 16 BOSTON IVY 35 1 GAL BE ACCEPTED .3 Thunbergia alate 'Sunny Lemon Star' MUST BE AT LEAST STAKE HIGH TO LOW ® YELLOW BLACK-EYED SUSAN VINE 40 1 GAL BE ACCEPTED .3 ® Solanum jasminoides MUST BE AT LEAST STAKE HIGH TO LOW POTATO VINE 11 1 GAL BE ACCEPTED .3 PLANT QUANTITY TURF SYMBOL NAME WATER USE REPLACE DAMAGED SOD WITH'WEST RECOMMENDED BY HE SOIL REPORT. R PREPARE BASE AND INSTALL SODAS RECOMMENDED BY THE WEST COAST TURF. AMEND I HIGH GROWER. 9 Scale: 1"= 20'-0" 46 STREET 0 5' 10' 20' 40' CAR TUM PLANT NAME 90 ABBREVIATION 24" O.C. PLANT SPACING C-4842 46 STREET ONE-WAY 11 43 STREET ONE-WAY 11 y > t HEL SEM ✓' + -' �i HEL SEM { CAR TUM 1 18" o.c. 150 ! 75 i 18"O.C. IP✓ e . , P i }� f )' r : ♦ t 7 �....,— ,..,..,..,.>_, .� ,..,_I ..., ,<-.,.«,.. _,,.,_.,•-4 .. ,} .. ,.., ,:' � .._, _{ i _�. I I � __ — � � .... , ! i s I � � ! s � i � � t O O f _ { E � i , ,.. i O , ... , , .... r . « . , d O ...�,. ,... ,,,, � r is . . ✓ , ....y �-, �...�,-.. y ..,.v rrt„ { v { i! LIR MUS _... mIIA^CD _. ` CAR TUM �' !E ` s{ I 9 r 45 50 r� 6 24" O.C. 24" O.C. Daylily B' L1R MUS ��� Daylily B' CD 80 55 FES GLA Daylily B' " 110 70 18"C.CD f. ! / 12"O.C• \ Irs 18"O. C. � Mfr �� t - f `f cr 00 CD F,.= r4 t ,v=, r.,.. ,.> LJ ,,, .,_v_, _ � �� .:> I (.L.�. O �v ,..: il ° ° X ✓- ! to + O 00 rv00<II d - , _T 1 CPQ , < , t r,. t r f` e V » k 1 IrCD3 I , CD .,...,_f. r .' ... .w._. ._,m_ ., ��:: .F f ,�,m, ,. .,f. f,..° t .....i t .,.., ......., , _ �...... .. .._ : :.... t --. r r ._n .. ,.. � ,.. ,. < a �- I � v I f i � .. t,.....- _.._# t..,.. _._..:_-. � c ,.._�r : f ,i t 1, �.. ,i(� '�" � � t 1,✓I 1 ittf } `a �:..: � ..... :........ _, _., „-_....., ...?._�. ., t! �• . � 1' �. f v. LL E Y Lx ALLEY REFER TO SHEET FOR LPA FOR PLANTING LEGEND REFER TO SHEET FOR LP.6 FOR PLANTING DETAILS AND NOTES REFER TO COVER SHEET FOR GENERAL NOTES 19+0 STREET ONE-WAY <1 y tf/ _q { it tol..s c � r 42 STREET ONE-WAY 495 \1 \1 \\ ALL L Y TREE LOCATION NOTE: SPECIAL CARE TO BE TAKEN WHEN DIGGING TREE PITS. LOCATE ALL UTILITIES PRIOR TO DIGGING, ADJUSTMENTS MAY BE REQUIRED TO TREE LOCATIONS. uaymy u, ,.I 110 V 18" O. C. ALLEY 44 STREET ONE-WAY 4:: t. ' BALBOA BOULEVARD r: 41 STREET ONE-WAY /-\LLC T ALLEY STREET Scale: 1" = 20'-0" ONE-WAY 7L77==mmmj I y 0 5' 10' 20' 40' Scale: 1" = 20'-0" r%jmmL.....j 4 U 0 5' 10' 20' 40' STREET ONE-WAY C-4842 I E L— a) J N +'0 a) Cn N U) U U 4-1-/ co 51 REE I ONE-WAY 38TH STREET PARK 3 CAR TUM LIR MUS { -- 461-- 24" O.C. 24" O.C. � ....... //--moi ■ 1 n CAR TUM , 24"O.C. Cn 1 (D CD 1� 1� —I UF � �FD" V I CD CD � CD /—q - 38TH STREET PARK LIR MUS Daylily 'C' 24" O.C. 18" O.C. STREET ONE-WAY ` V TREE LOCATION NOTE: SPECIAL CARE TO BE TAKEN WHEN DIGGING TREE PITS. LOCATE ALL UTILITIES PRIOR TO DIGGING, ADJUSTMENTS MAY BE REQUIRED TO TREE LOCATIONS. TO SHEET FOR LP.1 FOR PLANTING LEGEND REFER NEt SEM SHEET FOR LP.6 FOR PLANTING DETAILS AND NOTES REFER { 4 4 { g { k€k 18" O.C.A 1 38TH STREET PARK 3 CAR TUM LIR MUS { -- 461-- 24" O.C. 24" O.C. � ....... //--moi ■ 1 n CAR TUM , 24"O.C. Cn 1 (D CD 1� 1� —I UF � �FD" V I CD CD � CD /—q - 38TH STREET PARK LIR MUS Daylily 'C' 24" O.C. 18" O.C. STREET ONE-WAY ` V TREE LOCATION NOTE: SPECIAL CARE TO BE TAKEN WHEN DIGGING TREE PITS. LOCATE ALL UTILITIES PRIOR TO DIGGING, ADJUSTMENTS MAY BE REQUIRED TO TREE LOCATIONS. ll m 1'00- 24"O.C. BALBOA BOULEVARD E STREET ONE-WAY LIR MUS 40 I.... ' 2: O.C. \, A (0 �I ILA 0 r C. �m 1(D CD CD r -P C CD r CD 37 36 Scale: 1" = 20'-0" � 35 STREET STREET STREET ONE-WAY ONE-WAY 0 5' 10' 20' 40' ONE-WAY 1 4)�V REFER TO SHEET FOR LP.1 FOR PLANTING LEGEND REFER NEt SEM SHEET FOR LP.6 FOR PLANTING DETAILS AND NOTES REFER { 4 SHEET FOR GENERAL NOTES { g { k€k 18" O.C.A 41. {{ - ....... _I _. _ LIR MUS ll m 1'00- 24"O.C. BALBOA BOULEVARD E STREET ONE-WAY LIR MUS 40 I.... ' 2: O.C. \, A (0 �I ILA 0 r C. �m 1(D CD CD r -P C CD r CD 37 36 Scale: 1" = 20'-0" � 35 STREET STREET STREET ONE-WAY ONE-WAY 0 5' 10' 20' 40' ONE-WAY 1 4)�V REFER TO SHEET FOR LP.1 FOR PLANTING LEGEND REFER TO SHEET FOR LP.6 FOR PLANTING DETAILS AND NOTES REFER TO COVER SHEET FOR GENERAL NOTES Scale: 1"= 20'-0" r 0 5' 10' 20' 40' C-4842 I ® �4 ® l" t ♦r 1' cn .2)1 Of a k CL Q , D d3 U IL J U 4-a Cu i i 1 f1 f 32 STREET 1 x [t ALLEY 0 UK Do to f 34 STREET <ON E -WAY V ALLEY TREE LOCATION NOTE: SPECIAL CARE TO BE TAKEN WHEN DIGGING TREE PITS. LOCATE ALL UTILITIES PRIOR TO DIGGING, ADJUSTMENTS MAY BE REQUIRED TO TREE LOCATIONS. �.ERAN 1i'14 o _.. t4 j( 4r f e t a,. ._ _....e..._ . L 4( -- '. LIR MUS Daylily'C' Daylily'C' SEN SER 115 30 $0 20 88" o.c. BALBOA BOULEVARD LlRMUS 90 180-C. ALLEY REFER TO SHEET FOR LP.1 FOR PLANTING LEGEND REFER TO SHEET FOR LP.6 FOR PLANTING DETAILS AND NOTES REFER TO COVER SHEET FOR GENERAL NOTES 31 STREET 0 SEN SER 20 18 -aa 33 STREET ONE-WAY 65 24" O.C. cf) t. Y 4 xq� Daylily'C' 110 18" O. C. r� fl t.... ...... a� A L L E Y Scale: 1" = 20'-0" 0 5' 10' 20' 40' 30 STREET SEN S] 20 ER ALLEY Scale: 1"= 20'-0" 0 5' 10' 20' 40' 10 ® (D. m UJ Cn TD V ■ ■ =y. CD CSD ®CD ® CD ■ ■ C-4842 I ■ f tI , { I No S ■CD k ECD , ■ t ' CD ■ CD i .. ..,._..�_�. I ; \ ■ CD ■ 30 STREET SEN S] 20 ER ALLEY Scale: 1"= 20'-0" 0 5' 10' 20' 40' 10 ® (D. m UJ Cn TD V ■ ■ =y. CD CSD ®CD ® CD ■ ■ C-4842 I REFS REFE REFE 29 STREET CAR TUM SEN SER 45 20 24"O.C. 18"O.C.. SEN SER ( i 20 18"O.C. I ALLEY 41, SEN SER' f , y jj i a s f X + r t J �ml f, 29 STREET CAR TUM SEN SER 45 20 24"O.C. 18"O.C.. SEN SER ( i 20 18"O.C. I ALLEY 41, SEN SER' f , y jj i a s f X + r t J �ml 28 STREET TREE LOCATION NOTE: SPECIAL CARE TO BE TAKEN WHEN DIGGING TREE PITS. LOCATE ALL UTILITIES PRIOR TO DIGGING, ADJUSTMENTS MAY BE REQUIRED TO TREE LOCATIONS. LlR MUS 50 24" O.C. "A\ 1 PARKING LOT )1#, ( •�W _._ Daylily B' 925 18" O.C. \t I', I Ix t ALLEY Daylily 'B' 80 18110.C. i - m- 4 ri ; flz�Scale: 1" = 20'-0" 0 5' 10' 20' 40' Daylily 8' 55 18" o.C. 0 .`a z r i y C/) ' CD 1 O CDEI Er ,a. pe'fY , I1 P't {rF, FES GLA 970 12" O.C. {pa Lk �Y� BALBOA BOULEVARD Vii} q LA - f7 <� _ �' M nsS v( .��1 ... tt jtttt tt 28 STREET TREE LOCATION NOTE: SPECIAL CARE TO BE TAKEN WHEN DIGGING TREE PITS. LOCATE ALL UTILITIES PRIOR TO DIGGING, ADJUSTMENTS MAY BE REQUIRED TO TREE LOCATIONS. LlR MUS 50 24" O.C. "A\ 1 PARKING LOT )1#, ( •�W _._ Daylily B' 925 18" O.C. \t I', I Ix t ALLEY Daylily 'B' 80 18110.C. i - m- 4 ri ; flz�Scale: 1" = 20'-0" 0 5' 10' 20' 40' Daylily 8' 55 18" o.C. RALBOA BOULEVAR R TO SHEET FOR LP.1 FOR PLANTING LEGEND R TO SHEET FOR LP.6 FOR PLANTING DETAILS AND NOTES R TO COVER SHEET FOR GENERAL NOTES ALLEY 25 STREET f t I 6 I 24 STREET 1,W Scale: 1" = 20'-0" 0 5' 10' 20' 40' C-4842 0 .`a rt r i y C/) ' CD 1 O CDEI , Cl) RALBOA BOULEVAR R TO SHEET FOR LP.1 FOR PLANTING LEGEND R TO SHEET FOR LP.6 FOR PLANTING DETAILS AND NOTES R TO COVER SHEET FOR GENERAL NOTES ALLEY 25 STREET f t I 6 I 24 STREET 1,W Scale: 1" = 20'-0" 0 5' 10' 20' 40' C-4842 .`a �Y� RALBOA BOULEVAR R TO SHEET FOR LP.1 FOR PLANTING LEGEND R TO SHEET FOR LP.6 FOR PLANTING DETAILS AND NOTES R TO COVER SHEET FOR GENERAL NOTES ALLEY 25 STREET f t I 6 I 24 STREET 1,W Scale: 1" = 20'-0" 0 5' 10' 20' 40' C-4842 BOX TREES 1A PLANT PIT TO BE SQUARE, SEE CHART BELOW FOR THE PLANT PIT DIMENSIONS. 1 B - ROOTBALL CONTAINER PLANTS 1A i1fl 0 2A PLANT PIT TO BE ROUND, SEE CHART BELOW FOR THE PLANT PIT DIMENSIONS. 2B - ROOTBALL M1 EDGE OF SIDEWALK, CURB, PAVING OR WALL. 213 (D) r7 • LEGEND • • 01 PLANT MATERIAL 0 NOT USED 0 FINISH GRADE 40 ROTOTILL AMENDED SOIL TO A DEPTH OF 12" (SEE SPECIFICATIONS FOR QUANTITY AND TYPE OF SOIL AMENDMENTS) NOTE: LOCATE PLANTS SPACED EQUAL DISTANCE (D) FROM EACH OTHER AS SHOWN. REFER TO THE PLANT LEGEND FOR DISTANCE (D). 1 TYPICAL LEGEND 0- 1, 5, OR 15 GALLON SHRUB 0- A w NOTES p„ 3 INCH WATER BASIN 0- FINISH GRADE __ .r...;__. 7 7 CONTAINER/BOX SIZE WIDTH/DIAMETER DEPTH MULCH PER GENERAL PLANTING PLANT PIT EXCAVATION - SEE : d ; ; : ...... a ; DETAIL F, THIS SHEET. 0- PLANTING TABLETS - SEE TOP OF ROOT BALL TO BE FLUSH TO SPECIFICATION FOR QUANTITIY PER snex^ I GALLON 12 INCHES 12 INCHES 0- NATIVE SOIL GRADE WATERING BASIN SPECIFICATIONS NOTE: over (1) inch in diameter so that after conditioning and planting the grade is two MINIMUM (2) TIES O- FINISH GRADE ¢ / a MEDIUM GRADE PLASTER SAND BACKFILL, smooth transition from existing to new grade. REQUIRED. USE 70-- 5 GALLON 26 INCHES 22 INCHES OF PLANTING HOLE. SEE NECESSARY TO NATIVE 4 INCH DIA. FLEXIBLE PERFORATED DRAIN `=i--' SPECIFICATIONS FOR QUANTITY PER 15 GALLON 36 INCHES 24 INCHES UPRIGHT POSITION. ° I h i 2 XDD IACONNECT TO VERTICAL PIPE. _ METER _ '%°°s.~ ::M: 80- AMENDED SOIL FOR PLANTING- SECURED TO AVOID REFER TO SOILS REPORT SLIPPAGE. WRAP PLAN VIEW 24INCH BOX 48 INCHES 28 INCHES SUBGRADE SCREW WITH (1) GALV. SCREW 30 INCH BOX 54 INCHES 33 INCHES POLYETHYLENE LINEAR ROOT BARRIER 36INCH BOX 66 INCHES 44 INCHES IN TREE WELLS. ROOT BARRIERS :p:yxm:k:.x 48INCHBOX 84 INCHES 60 INCHES < &: ax� PRODUCTS ANAHEIM, CA, (714) 632-7083 PLAN VIEW BOX TREES 1A PLANT PIT TO BE SQUARE, SEE CHART BELOW FOR THE PLANT PIT DIMENSIONS. 1 B - ROOTBALL CONTAINER PLANTS 1A i1fl 0 2A PLANT PIT TO BE ROUND, SEE CHART BELOW FOR THE PLANT PIT DIMENSIONS. 2B - ROOTBALL M1 EDGE OF SIDEWALK, CURB, PAVING OR WALL. 213 (D) r7 • LEGEND • • 01 PLANT MATERIAL 0 NOT USED 0 FINISH GRADE 40 ROTOTILL AMENDED SOIL TO A DEPTH OF 12" (SEE SPECIFICATIONS FOR QUANTITY AND TYPE OF SOIL AMENDMENTS) NOTE: LOCATE PLANTS SPACED EQUAL DISTANCE (D) FROM EACH OTHER AS SHOWN. REFER TO THE PLANT LEGEND FOR DISTANCE (D). 1 TYPICAL LEGEND 0- 1, 5, OR 15 GALLON SHRUB 0- MULCH PER GENERAL PLANTING w NOTES 0- 3 INCH WATER BASIN 0- FINISH GRADE 0- AMENDED SOIL FOR PLANTING - REFER TO SOILS REPORT MULCH PER GENERAL PLANTING PLANT PIT EXCAVATION - SEE o IN FILTER FABRIC DETAIL F, THIS SHEET. 0- PLANTING TABLETS - SEE TOP OF ROOT BALL TO BE FLUSH TO SPECIFICATION FOR QUANTITIY PER ABOVE FINISH GRADE SHRUB 0- ROOT -BALL 0- NATIVE SOIL REFER TO DETAIL D, el THIS SHEET LEGEND 0- V.I.T. CT -32 CINCH TIE (4) PER TREE m w configuration or sizes, or in dimensions exist that might not have been considered in C n O- LODGE POLE PINE STAKE 3 INCH DIA. a ? CONNECTED TO FLEXIBLE DRAIN PIPE AT BY 10 FEET LONG 0- MULCH PER GENERAL PLANTING NLOO o IN FILTER FABRIC NOTES 40- TOP OF ROOT BALL TO BE FLUSH TO L 12" �, I2°4 ABOVE FINISH GRADE FINISH GRADE PLAN 0- 3 INCH HIGH WATER BASIN SEE GRADE WATERING BASIN SPECIFICATIONS NOTE: over (1) inch in diameter so that after conditioning and planting the grade is two MINIMUM (2) TIES O- FINISH GRADE (TDP & BOTTOM) / a MEDIUM GRADE PLASTER SAND BACKFILL, smooth transition from existing to new grade. REQUIRED. USE 70-- PLANTING TABLET - PLACE IN TOP 12" THIRD TIE WHEN ,�' STABILITY OF PLANTING HOLE. SEE NECESSARY TO NATIVE 4 INCH DIA. FLEXIBLE PERFORATED DRAIN `=i--' SPECIFICATIONS FOR QUANTITY PER HOLD TREE IN -�► h_ PIPE ENCIRCLING BASE OF PLANTING PIT. SUBGRADE ° WRAP PIPE WITH FILTER FABRIC AND 2 TREE UPRIGHT POSITION. ° I h i 2 XDD IACONNECT TO VERTICAL PIPE. _ METER _ TIES TO BE 80- AMENDED SOIL FOR PLANTING- SECURED TO AVOID REFER TO SOILS REPORT SLIPPAGE. WRAP O- ROOTBALL STAKE, TO FORM FIGURE EIGHT. 0 -NATIVE SUBGRADE SCREW WITH (1) GALV. SCREW 11 - THE CONTRACTOR SHALL INSTALL A THROUGH EACH TIE INTO POLE. POLYETHYLENE LINEAR ROOT BARRIER FOR ALL TREES WITHIN MEDIANS AND IN TREE WELLS. ROOT BARRIERS SHALL HAVE A MIN. THICKNESS OF .08" AND SHALL BE 36" DEEP BY CENTURY PRODUCTS ANAHEIM, CA, (714) 632-7083 ROOT BARRIER SHALL BE MIN. LENGTH OF 15' IN MEDIANS FOR EVERY TREE ON EACH SIDE AND FIN TREE WELLS ON EACH SIDE. D ( PLANT PIT DIMENSIONS AND FERTILIZER SCHEDULE I TRIANGULAR SPACING PLANTING DETAIL 1[_B J SHRUB PLANTING DETAIL I A I TREE STAKING AND PLANTING DETAIL a�_1►��1Cc3�Ci� 1. All local, municipal, county and state laws, rules, and regulations governing or relating to any portion of this work are hereby incorporated into and made part of the project plans and specifications; and their provisions shall be carried out by the Contractor. Additionally, all work shall be done in accordance with the applicable sections of the latest edition of the APWA, Standard Specifications for Public Works Construction, ("Green Book"), and the project specifications. Whenever special requirements conflict on any subject matter, the ENGINEER, or his/her designated representative, will determine which special requirements and/or codes shall govern. 2. The Contractor shall notify underground Service Alert of Southern California (Dig Alert) at least two (2) working days before digging, excavating, or construction. Phone 1-800-422-4333 or 811. 3. The Contractor shall not proceed with construction as shown on the plans when it is PALM TREE obvious in the field that unknown obstructions, grade differences, or discrepancies in area w configuration or sizes, or in dimensions exist that might not have been considered in z z 4 INCH DIA. VERTICAL PERFORATED PIPE engineering. Such obstructions, or differences, should be brought to the attention of the a ? CONNECTED TO FLEXIBLE DRAIN PIPE AT Engineer, or his designated representative. In the event this notification is not z cj� BASE. CAP PIPE AT SURFACE AND WRAP performed, the Contractor shall assume full responsibility for any revisions necessary and o IN FILTER FABRIC shall perform such revisions at his own expense. m SET TOP OF ROOT BALL 1 INCH ABOVE FINISH GRADE 4. Finish grade all planting areas to achieve a minimum 2% drainage and smooth and even FINISH CONSTRUCT 4 INCH HIGH condition, making sure that no water pockets or irregularities remain. Remove and GRADE WATERING BASIN dispose of all surface stones, roots, weeds, debris, foreign materials, clods, and rocks over (1) inch in diameter so that after conditioning and planting the grade is two .; inches (2") below adjacent hardscape except along curb cut areas. Contractor is to ensure / a MEDIUM GRADE PLASTER SAND BACKFILL, smooth transition from existing to new grade. ROOTBALL - �= WATER JETTED INTO HOLE FOR MAXIMUM ; .;��. ,�' STABILITY 5. All inspections herein specified shall be made by the ENGINEER, or his/her designated NATIVE 4 INCH DIA. FLEXIBLE PERFORATED DRAIN `=i--' representative. The Contractor shall request inspection at least 48 hours in advance of the time -�► h_ PIPE ENCIRCLING BASE OF PLANTING PIT. SUBGRADE ° WRAP PIPE WITH FILTER FABRIC AND 2 the inspection is required. ° I h i 2 XDD IACONNECT TO VERTICAL PIPE. _ METER _ 6. All existing landscaped areas damaged during construction must be restored to their original condition at the Contractor's expense. Restoration of existing landscape areas shall be done to the satisfaction of the Engineer. 7. All plant material shall be subject to the inspection and approval of the ENGINEER, or his/her designated representative, before planting. All plant material delivered on-site will be inspected for size and condition of root growth, insects, injuries, and defects. Plants not approved are to be removed from the site immediately and replaced with suitable plants. The ENGINEER reserves the right to reject entire lots of plants represented by defective samples. All plant material shall have nursery tags when delivered to the site. 8. Tree staking is as indicated per Planting Details. 9. Final location of all plant material is subject to the approval of the ENGINEER prior to planting. 10. The Contractor is responsible for count verification and is to supply the quantities delineated GRAPHICALLY on plans. 11. Plant Maintenance shall begin immediately after final inspection and acceptance of the work by the ENGINEER, or his/her designated representative. Maintenance shall continue for a period of ninety (90) days. Maintenance shall be performed per the project specifications. 12. Supplemental hand watering may be required during the 90 -day maintenance period to establish plant material. 13. Place wood chip mulch in all planted areas at a minimum depth of 2". Do not install mulch within 6" dia. of any plant material. Wood mulch to be "Forest Floor" 0-2" available from Aguinaga 877 -OC -MULCH or aproved equal. Contractor to provide sample and seek approval from ENGINEER prior to installation. Refer to specifications. PREPARED BY: 0 MaWbODED Landscape Architects And Park Planners Corporate Office: Regional Office: 151 Kalmus Drive, Suite M8 78060 Calle Estrada Costa Mesa, CA 92626 La Quints, CA 92253 714.641.1300 760.580.5165 714.641.1323 Facsimile 760.564.0369 Facsimile O �p SCgp� „W��Q'l M ASQG9'2C' xpire Feb., s \F OF CA NO. I DATE I DESCRIPTION OF REVISIONS NOTES 1. ALL PALM TREE TO BE BOXED, UNLESS OTHERWISE NOTED ON PLANS OR APPROVED BY THE LANDSCAPE ARCHITECT. 2. THE CONTRACTOR SHALL PROVIDE AN AGRICULTURAL SUITABLILTY REPORT FROM AN APPROVED SOILS AND PLANT LABORTORY PRIOR TO THE INSTALLATION OF PALMS. THE CONTRACTOR SHALL INSTALL PALMS FOLLOWING THE RECOMMENDATIONS OF THE REPORT. 3. IMMEDIATELY AFTER PLANTING, APPLY A SLOW-RELEASE FERTILIZER "OSMOCOTE" TO THE SURFACE OF THE PLANTING PIT. E I PALM TREE PLANTING DETAIL & NOTES DESIGNED: DRAWN: GV PC CHECKED: DATE: GV SEPT 19, 2013 PALM TREE PLANTING NOTES 1. THE CONTRACTOR, ALONG WITH A CITY ENGINEER, SHALL INSPECT ALL PALMS AT THE NURSERY OR SUPPLIER PRIOR TO THEIR BEING DELIVERED TO THE JOB SITE. THE CONTRACTOR IS TO PROVIDE REPRESENTATIVE PHOTOGRAPHIC EVIDENCE OF THE PLANT MATERIAL. 2. THE LANDSCAPE ARCHITECT AND/OR THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY PALMS DELIVERED TO THE SITE THAT DOES NOT MEET THE DESIRED APPEARANCE AND SIZE SPECIFIED. 3. BALL & BURLAP (B&B) PALMS SUPPLIED FOR THIS PROJECT SHALL BE DUG WITH THE LARGEST ROOTBALL POSSIBLE TAKING INTO CONSIDERATION THE PROPOSED LOCATION. THE ROOTBALL SHALL BE DUG USING SHARP/CLEAN CUTS. 4. ROOTBALLS SHALL BE KEPT MOIST DURING TRANSPORT. 5. ALL PALMS SHALL BE PLANTED IMMEDIATELY UPON ARRIVAL TO THE JOB SITE. NEVER COVER THE ROOTBALLS WITH PLASTIC. 6. ADEQUATE SIZED NYLON SLINGS SHALL BE USED FOR RIGGING PALMS IN PREPARATION FOR LIFTING. DO NOT USE STEEL CABLES FOR TUGGING ON PALMS. EXTRA PRECAUTIONS SHALL BE TAKEN TO PREVENT DISFIGURATION OF THE TRUNK. 7. TIES THAT HOLD THE FRONDS CLUSTERS SHALL BE A SINGLE "ORGANIC" TYPE TWINE. AVOID USING TWINE THAT WILL REQUIRE CUTTING DURING THE MAINTENANCE PERIOD. 8. PRIOR TO THE INSTALLATION OF PALMS AND WHILE THE PALMS ARE LYING DOWN THE CONTRACTOR SHALL APPLY A FUNGICIDE TO THE CROWN OF EACH PALM TO PREVENT "PINK ROT". 9. EXTRA PRECAUTIONS SHALL BE TAKEN IF USING A CRANE FOR INSTALLATION. THE CONTRACTOR SHALL BE RESPONSIBLE TO THROUGHLY INSPECT THE SITE FOR ANY OVERHEAD ELECTRICAL WIRES AND BE FULLY AWARE OF ALL O.S.HA. RULES AND PROCEDURES INVOLVING CRANE OPERATION. 10. BACKFILLING SHALL OCCUR ONLY AFTER THE PALMS ARE SET STRAIGHT AND PLUMB. 11. UNDER NO CIRCUMSTANCES SHALL COURSE PLASTER SAND WITH EXCESSIVE SALT LEVELS BE USED FOR BACKFILL. 12. ALL PALMS SHALL BE PLANTED AT GRADE LEVEL. 13. FRON TIES SHALL REMAIN IN PLACE FOR A MINIMUM OF 60 DAYS TO PROTECT THE LEAVES FROM DRYING OUT OR DIRECT HEAT OF THE SUN. C-4842 PLANTING DETAILS AND NOTES BALBOA BOULEVARD BEAUTIFICATION LP.6 CITY OF NEWPORT BEACH R -6036-S PUBLIC WORKS DEPARTMENT SHEET 34 OF 38 GENERAL NOTES CONSTRUCTION NOTES 1. ALL U77LITY SERVICES SH 1, EXISTING PEDESTAL TO BE REUSED. ALL BE INSTALLED PER THE U77LITY 7. ALL POWER: U77LITY SHALL BE COMPLIANCE WITH .THESE o COMPANY REQUIREMENTS. VERIFY FINAL C0NS7RUC770N DRAWINGS AND THE REQUIREMENTS OF THE SERVNG'U77LITY REQUIREMENTS WITH UTILITY COMPANY SERVICE PLANNERS. COMPANY. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO o 2 CONTRACTOR IS TO PULL NEW CONDUCTORS IN EXISTING CONDUIT. CONTACT THE SERVING UTILITY TO RECEIVE COMPLETE JNFORMATION 2 THE CONTRACTOR SHALL INSPECT AND VERIFY ALL FIELD COND177ONS ON THEIR REQUIREMENTS PRIOR' TO THE SUBMISSION OF 3 EXISTING STREET LIGHT TO BE PROTECTED IN PLACE. PRIOR TO /NSTALLA77ON OF U77LITY SERVICES.' Q THE 81D. o THE ACT OF SUBMITTING THE BID SHALL CONST/lU1E ACCEPTANCE „ OF FULL RESPONSIBILITY BY THE CONTRACTOR TO INSTALL SERVICE 4 PRO 4DE'0110, (01106ND, IN 1 C. 3 CODRD/NA1E TRENCH ROUANGAND EQUIPMENT LOCAAONS WITH.. o IN COMPLIANCE WITH THE SERVING U77LITY AND THE CONTRACT EXISANG CONDIAONS AND NEW WORK. DOCUMENTS 5 NEW IRRIGATION CONTROLLER. PROVIDE POWER FROM NEW PEDESTAL. REFER TO SINGLE LINE DIAGRAM FOR FURTHER INFORMA770N. 4. U77LITY SER ICE INFORMATION SHOWN IS FOR BIDDING PURPOSES B. ALL SIIE UNDERGROUND CONDUIT TO BE I" .MIN. UNLESS OTHERWISE ' ONLY. ACTUAL C0NS7RUC770N DOCUMENTS SHALL BE OBTAINED O (DCONTRACTOR IS TO BORE UNDER EXISTING SIDEWALK. CONTRACTOR IS FROM THE APPROPRIATE UTILITY COMPANY REPRESENTATIVE !J 7E0 oRESPONSIBLE FOR ANY DAMAGED PROPERTY AND OR PIPES 5. THE CONTRACTOR SHALL CONTACT THE UTILITY COMPANY 7 OPOINT OF CONNECAON TO POWER UTILITY COMPANY AT PROPERTY REPRESENTA AVE TO ESTABLISH PRE-CONST)?UCAON COORDINATION, LINE. VERIFY EXACT LOCATION W/7H UTILITY SERVICE PLANNER AND OBTAIN ALL NECESSARY METERS AND/OR APPROVALS, AND INFIELD. SCHEDULE U77LITY WORK TO COORDINATE WITHTHE CONSTRUCTION SCHEDULE. 8 PROVIDE 3" SERVICE LATERAL CONDUIT TO PEDESTAL PER ELECTRICAL QUALITY REQUIREMENTS. UTILITY COMPANY TO PROVIDE ROUANG SIZES 6. ALL SI7E BRANCH CIRCUIT WIRING SHALL BE #10 AWG. OR LARGER. OF CONDUIT, AND BURIAL DEPTH OF SERVICE LATERAL. REPAIR OR REPLACEANYCUT OR DAMAGED ASPHALT AT OWN EXPENSE. REPAIR OR REPLACEMENT OF ASPHALT TO BE DONE PER CITY STANDARDS. ' 9 O PROVIDE NEW PEDESTAL AS SHOWN. CONTRACTOR IS TO COORDINATE NEW SERVICE WITH U77LITY COMPANY PRIOR TO START OF WORK. I , r EXISTING UTILITY POLE NEW IRRIGATION CONTROLLER 'B' �5 s; j 5 NEW IRRIGATION CONTROLLER .0 EXISTING PULLBOX ! o !, I 4 6 EXISTING STREET LIGHT(3) a_ /.p _ I I 4 EXISTING PULLBOX r W W `- O3 EXISTING STREET LIGHT ............... -------- ...... .... _ - . . _...... ........................ . ....... _ . I ALBA BOULEV R D I , — . -- ---- --- .._ ` _ I I W I m 2 4 EXISRNG STREET LIGHT �3 W _..- ........... .............. ._. I ; a - - - EXISANG' PULLBOX EXISANG PULLBOX 2 4 EXISTING PULLBOX I I a _ _ .._ a .) w 4 6 3 EXISTING STREET LIGHT I: r,, ... FV 5; E- ............. _.: - ---- --------- 1 o 2 4 3 EXISANG STREET LIGHT 2 4 w 2 4 EXISANG PEDESTAL SL1 �1 O VDO I EXISANG PULLBOX-. _..__ ___ ..-_-.--._._............ ___- ... _ 41-901-4 j _ _..._.:_ _ ____... _.. _ .__..__ ___ ® XISTINGI PULLBOX t< 1 EXISANG PULLBOX _ _-.. ---- _ _ i I i .r l � I t EXISTING PULLBOX-1 I I I ; I i _ I I EX/S NG; DESTAL 'SL 1 NEW IRRIGA AON CON7ROLLER A , O I j Scale: 1 ° = 20'-0" ENLARGEMENT -A , Scale: V 20'-0 ENLARGEMENT'B 0 5- 10' 20' 40' 0 5' 10' 20' 40' GOP C 4 i r4q i I I Nr •• _ I a C O JJ I A. -- - — .��� _ - BALBOA BLVD I LOCATION MAP - -It - — — —— -J „„ r, 1845 Business Center Dr. Suite#215 San Bernardino, CA 92408' Phone: 909-890-3700 Fax: 909-890-3770 Email: cadd'e'designwesteng.com DESIGN WET ENGINEERING NGINEERING sr REFER TO COVER SHEET FOR GENERAL NOTES MECHANICAL • ELECTRICAL• ENERGY CONSULTANTS C-4842 ELECTRICAL PLAN BALBOA BOULEVARD BEAUTIFICATION , E. DESIGNED:.. DRAWN:. RM AN CITY OF NEWPORT BEACH R -6036-S CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET LM SEPT 10, 20131HE 3rj OF 38 PREPARED BY -' "C 1I 'f 11,111,11111111111 VP NDSCAp� �Da9aa oo QG D �s Landscape Architects And Park Planners 0 UjM Corporate Office: Regional Office: 388 y 151 Kolmus Drive, Suite M8 78060 Calle Estrada IFS sole C, Costa Mesa, CA 92626 La Quinto, CA 92253 714.641.1300 760.580.5165 714.641.1323 Facsimile 760,564.0369 Facsimile F OF C A Lie NO. DATE DESCRIPTION' OF REVISIONS C-4842 ELECTRICAL PLAN BALBOA BOULEVARD BEAUTIFICATION , E. DESIGNED:.. DRAWN:. RM AN CITY OF NEWPORT BEACH R -6036-S CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET LM SEPT 10, 20131HE 3rj OF 38 GENERAL NOTES CONSTRUCTION NOTES 1. ALL UALITY SERVICES SHALL BE INSTALLED PER THE'UALITY 7. ALL POWER UTILITY WORK SHALL BE IN COMPLIANCE WITH. THESE0 1 EXISTING PEDESTAL TO BE REUSED. COMPANY REQUIREMENTS VERIFY FINAL CONS7RUC710N DRAW/NGS'ANO THE REQUIREMENTS OF THE SERVING UALITY REQUIREMENTS W/TH U7LITY COMPANY SERWCE PLANNERS. COMPANY. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO )CONTRACTOR IS TO PULL NEW CONDUCTORS IN EXISTING CONDUIT. CONTACT THE SERVING UTILITY TO RECEIVE COMPLETE INFORMATION 2. THE CONTRACTOR SHALL INSPECT AND VERIFY ALL FIELD COIVDI AONS ON `THEIR REQUIREMENTS PRIOR TO THE SUBMISSION OF THE BID. O EXISTING STREET LIGHT TO BE PROTECTED IN PLACE. PRIOR TO INSTALLATION OF UALITY SERVICES THE ACT OF SUBMITTING THE BID SHALL CONS777U7F ACCEPTANCE OF FULL RESPONSIBILITY BY THE CONTRACTOR TO INSTALL SERVICE O PROVIDE Oil 0, OYIOGND. IN 1 "C. J. COORDINATE TRENCH ROUANG AND EQUIPMENT LOCA AONS WITH IN COMPLIANCE WITH THE SERVING UALITY AND THE CON7RACT EXISTING CONDI AGNS AND NEW WORK. DOCUMENTS. O NEW IRRIGATION CONTROLLER. PROVIDE POWER FROM NEW PEDESTAL. REFER TO SINGLE LINE DIAGRAM FOR FURTHER INFORMATION. 4. UALITY SERVICE /NFORMA71ON SHOWN IS FOR BIDDING PURPOSES 8 UNLESS 0 E WIALL SITE UNDERGROUND CONDUIT TO BE 1" MIN. U TH R SE ONLY. ACTUAL CONSTRUCANOTED. ON DOCUMENTS SHALL BE OBTAINED O CONTRACTOR IS TO BORE UNDER EXISTING SIDEWALK. CONTRACTOR IS FROM THE APPROPRIATE UALITY COMPANY REPRESENTAAVE. RESPONSIBLE FOR ANY DAMAGED PROPERTY AND/OR PIPES 5. THE CONTRACTOR SHALL CONTACT THE UALITY COMPANY 7 POINT OF CONNECTION TO POWER UTILITY COMPANY AT PROPERTY REPRESENTAAVE'TO ESTABLISH PRE -CONSTRUCTION COORDINATION, OLINE. VERIFY EXACT LOCATION WITH UTILITY SERVICE PLANNER AND OBTAIN ALL NECESSARYMETERS ANDIOR APPROVALS, AND IN FIELD. SCHEDULE UALITY WORK TO COORDINATE WITH THE CONSTRUCTION SCHEDULE. OPROVIDE 3" SERVICE LATERAL CONDUIT TO PEDESTAL PER ELECTRICAL U7LITY REQUIREMENTS. UTILITY COMPANY TO PROVIDE ROUTING, SIZES 6. ALL SITE BRANCH CIRCUIT WIRING SHALL BE #10 AWG. OR LARGER. OF CONDUIT, AND BURIAL DEPTH OF SERVICE LA7FRAL REPAIR OR REPLACE ANY CUT OR DAMAGED ASPHALT AT 0 W EXPENSE. REPAIR OR REPLACEMENT OF ASPHALT TO BE DONE PER CITY STANDARDS O PROVIDE NEW PEDESTAL AS SHOWN. CONTRACTOR IS TO, COORDINA TE NEW SERVICE WITH UTILITY COMPANY PRIOR TO START OF WORK. , �d o,_ -- -_ j I, EXISANG ELECTRICAL. VAUL To ( f $ I o`tv ' NEW NEMA 3R SELF STANDING PEDASTAL 'P1'O9 NEW IRRIGA AON CONTROLLER 'D' �5 4 if I® i t v, I _.....� I E _: E I � rE _ - r — -o- l , 0 f _ � I I, : t E I : I O : E ; S ° i i Scale: 1" = 20,_0,: ENLARGEMENT 'C' - 0 5' 10' 20' 40' ILII r - — 5 � VO i OP : NOT TO SCALE BALBOA BLVD �. p c� I v J N C0 m �1- 'I co CN LOCATION MAP C-4842 PREPARED BY: 1845 Business Center Dr. Suite #215 0,NDSCAp QG ELECTRICAL PLAN San Bernardino, CA 92408 gF Phone: 909-890-3700 M. VS90 BALBOA-BOULEVARD BEAUTIFICATION IFICATION Fax: 909-890-3770 Emaii:caddi�desi nwesten .corn Landscape Architects And Park Planners 0 m 9 g Corporate Office: Regional Office: a 388 y • g- 5 151 Kalmus Drive, Suite M8 78060 Calle Estrodo Fit" G * " DESIGN WEST ENGINEERING EI �. ' sr .� '�' fCIRIC�' ♦ Costa Mesa,CA 92626 La Quints, CA 92253 9 � DESIGNED:. DRAWN: MECHANICAL • ELECTRICAL CONSULTANT '� 714.641.1300 760.580.5165 rF REFER TO COVER SHEET FOR s �' crag OF �A�,F RM AN CITY OF NEWPORT BEACH R -6036-S R GENERAL NOTES 714.641.1323 Facsimile 760.564.0369 Facsimile DATE: NO. DATE DESCRIPTION OF REVISIONS CHECKED: PUBLIC WORKS DEPARTMENT SHEET LM SEPT 10, 2013 EE 36 OF 38 ELECTRICAL LOAD., POWER LEGEND AND SYMBOLS EXIS77NG LOAD: 3240VA IRRIGA77ON CONTROLLER' 240VA TOTAL LOAD = 14.5A t-- - INCOMING POWER - U77LITY SERVICE (E) 100A 120/240V 10 3W ' P1 'NEMA 3R G) 22,000AIc 100A (` - - - UGPS I 100A I (N) 2P I I 20A fp I --1 G I 2 -- 7 (1) JB GU. BOND TO EACH Of THE FOLLOWING., GROUND ROD PER GEC 250,52 (A) 3 (2)IRRIGA77ON CONTROLLERS 'A' & 'B' 4 AMPS a CONCRETE COVER WITH FINISH GRADE CA09ELD LIFTING EYES LABEL "ELECTRICAL" j fir. -_..,....... .............. ........ c' CONDUIT HUB FOR I I GROUNDING BY "THOMAS &BETTS° I ° `' II PRECAST J9-3 4"L X 14-1 4"W I I X 12'0. YARD BOX, BROOKS CONDUIT &WIRE TO i 8'-0" I I ADDITIONAL GROUND t `°QU�KSETS EC JJ J� 2PB-21 (AS REQUIRED). s- I # C CONDUJT & WIRE SIZE AS REQUIRED SEE PLANS, NOTES' 3 4" X 8'-0" DRIVEN / 1. SIZE OF CONDUCTORS SHALL COMPLY W/CSC "COPPERWELD" GROUND ROD. 250 66, 2, CHECK RESISTANCE TO GROUND IF RESISTANCER EXCEEDS 25 OHMS,, INSTALL ADDITIONAL GROUND RODS W/CONDUCTORS AS SHOWN. SEPARA7F AT LEAST 6'-0" UNTIL RESISTANCE IS REDUCED TO 25 OHMS OR LESS (CEC 250.56) EXACT LOCATION PER CITY REPRESENTATIVE ,7.25° ('"I I i VAULTED � i iIIl CABINET DOOR TO C2"ONPVC FACE STREET IT LINE i LonO CABINET ?.. I ! STD-2D4-LSFOR SPECIFICATIONS 3" mtn. ! 3" min. SIDEWALK PULL sax SEE r -I t I LEVEL CNB -STD -204--L PARKWAY P'CC CURB :>,.; •..:.....,I, -"1`t-' ' 1 -I -K':-: AND GUTTER n " a , r.` . •. r, t ; -. , ; ,, . ; ' I A 24" z" PVC CONDUIT _ 26,25" x 2a" x 12" THK. P.C.C. PAD AS REQ IRED Ts CONDUIT & 24" AS REgU1RE0SHEET GROUND ROD LOCATION PER MYERS CABINET MODEL NO. MEUG20X-M100 C/SS WITH WINDOW AND METER MANUFACTURES WSOCKET (STAINLESS STEEL) 1 PHASE 3 WIRE 120-240 VOLT 100 AMP MAIN SPECIFICATIONS CIRCUIT BREAKER AND SPACE FOR SIX 2 POLE CIRCUIT BREAKERS INSTALLED PER MANUFACTURER'S SPECIFICATIONS. 20.25" NOTES: Imo") T:" ACA0RING HARDWARE, MOUNTS, NUTS, BOLTS AND BASE SHALL BE STAINLESS STEEL 2 PROVIDE 3 FT. CLEARANCE AROUND CABINET ON ALL SIDES, UNLESS OTHERWISE NOTED. REa� G i 3. METER FACES STREET. ADDRESS: 2" HIGH, BLACK VINYL SELF -STICK NUMBERS/LETTERS 26.25" FRONT x 24" SIDE � 26,25" 3" (TY') X" BOLTS SUPPLIED 3" (TYP) ""- WITH BASE -"- ' •. a CAT. #: MEUG20-BASE (X) ,,,. a• ..�• X=STAINLESS STEEL 2" CONDUIT TO LINE -SIDE CONDUIT ^ • 12" LOAD -SIDE PULL FROM EDISON VAULT Box PER SCE SPEC. ., , LZ Y2 (4) ' x 6" ANCHOR ,�„kZQI`�,'�', VIEW BOLTS WITH ," HOOK OR ® _ BRANCH PANELBDARD WALL MOUNTED SLE PLANS AND SC DU F HE LE (SURFACE MOUNTED) BRANCH PANELBOARD, WALL MOUNTED, SEE PLANS AND SCHEDULE, (RECESSED MOUNTED) MAIN SWITCHBOARD, POWER OR LIGHT, FLOOR STANDING ENCLOSURE, (SEE SINGLE LINE DIAGRAM AND LOAD SUMMARY) CONDUIT TURNED DOWN CONDUIT TURNED UP CONDUIT STUBBED AND CAPPED RACEWAY CONCEALED IN WALLS OR ABOVE CEILING CONDUIT CONCEALED IN OR UNDER FLOOR.' OR UNDERGROUND (CONFIRM DEPTH, GRADE TO DRAIN INTO PULL BOXES) DETAIL REFERENCE EQUIPMENT REFERENCE EXISTING CONDUIT AND WIRING TO REMAIN PULL-OUT WIRES AND ABANDON CONDUIT, CUT AND CAPPED FLUSH WALL OR SLAB EXISTING CONDUIT TO REMAIN EXIS77NG CONDUIT AND WIRE TO BE REMOVED HOMERUN TO CIRCUITS #1 AND #3 IN PANEL 'A': (CROS5MARKS INDICATE NUMBER OF PHASES AND NEU7RAL. PROVIDE GROUND WIRE ) 3/4" CONDUIT WITH 2112 & 1112 GND WIRES 3 4 CONDUIT WITH 3 12 & 1 72 GND WIRES / " # # 3/4" CONDUIT WITH 4 #12 & 1 X12 GND WIRES 3/4" CONDUIT WITH 5 #12 & 1112 GND WIRES CONGEALED IN WALL OR 3/4 CONDUIT WITH 2 #10 & 1 #10 GND WIRES (#JO INDICATING WIRE SIZE) CEILING ® -o ---0 -� e _ _ _ _ DETAIL No. No. EQUIPMENT (D:ID. No. �E) �R) E A-1133 -�It-- #10 �+ SINGLE LINE DIAGRAM - PSL 1 r n 4 ELEC7RICAL LOAD: EXISTING LOAD: 2880 VA ( ) 100A 120I240V 1 3W 'SL2' NEMA 3RD 22, IRRIGATION CONTROLLER: 240VA OOQAIC TOTAL LOAD = 13A 1DOA �.GPS - - - - U I < ^'1 I �tti! G R 0 U N D R 0 D DETAIL 2 I OSA \ I 2P I / (N) 20A I 1P q� G TAIL, #10 - i #10 ---i{}I- 3/4" CONDUIT WITH 3 110 & 1 #10 GND WIRES (#IO INDICATING WIRE SIZE) 3/4" CONDUIT WITH 4 #10 & 1110 GND W/RLS (#10 INDICATING WIRE SIZE) N IFINISH __) #10 --IIM #10 3/4" CONDUIT WITH 5 110 & 1 J10 GND WIRES (/10 INDICA77NG WIRE SIZE) Gr-, II 2 GRADE ---}I}}}'-- r - - - 1" CONDUIT WITH 6 #10 & 1110 GND WIRES (#10 INDICATING WIRE SIZE) EXISTING (DASH INDICATES) ELECTRICAL EQUIPMENT METER PEDESTAL DETAIL 1 GENERAL NOTES EXISTING INCOMING -1 POWER UTILITY SERVICE �' EXISTING SERVICE GROUND r ti� I - MOLDED CASE CIRCUIT BREAKER 1. ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO THE LA7EST CALIFORNIA CODE OF REGULATIONS (CCR), (1)IRRIGATION CONTROLLER 'C' 2 AMPS NON-METALLIC CONDUITS - SIZE AND QUAN7777ES AS SHOWN ON PLANS PROVIDE MIN. OF 1" CONDUIT FOR 2. NA77ONAL ELEC7RICAL CODE ED177ON AND ALL APPLICABLE LOCAL CODES AND REGULATIONS ALL PANELS, SWITCHES, ETC. SHALL HAVE SUFFICIENT GUTTER SPACE AND LUGS IN COMPLIANCE TO UL REQUIREMENTS TO ACCOMMODA7F CONDUCTORS SHOWN, SWITCH AND FUSE ASSEMBLY EX7FRIOR APPLICA770NS 3. WHERE WIRE SIZES ARE INDICATED ON PLANS, FOR INDIVIDUAL CIRCUITS, THE WIRE SIZE INDICATED SHALL APPLY TO THE COMPLETF CIRCUIT UNLESS OTHERWISE N07ED. U77LITY COMPANY PULL SECTION LUGS GENERAL NOTES: 1. PLACE CONDUIT IN 7RENCH, FILL, AND COMPACT TO 909 4. CON7RACTOR SHALL VERIFY THE EXACT LOCA77ON OF ALL EQUIPMENT REQUIRING ELECTRICAL CONNECTION PRIOR TO ANY WORK. GROUNDING CONNECTION TO MAIN BUILDING GROUND SYSTEM U,O.N. REPAIR AREA TO MATCH SURROUNDING. BACK FILL IS B£ FREE OF LARGE ROCK, PAVING MATERIALS, ETC., THAT MAY CAUSE PHYSICAL DAMAGE TO CONDUIT. 5. _ _ CONTRACTOR SHALL EXTEND WIRING FROM ALL JUNC77ON BOXES SWITCHES ETC. AND MAKE FINAL CONNEC77ON AS REQUIRED TO ALL BUILDING EQUIPMENT REQUIRING ELECTRICAL CONNECTIONS N G GROUNDING CONNECTION AT SWITCHGEAR/DISTRIBUTION BOARD WITH NEUTRAL BONDING. 2 PROVIDE 24" MINIMUM COVER WHERE CONDUIT IS PLACED UNDER STREETS, HIGHWAYS, ROADS, ALLEYS, DRIVEWAYS, AND PARKING LOTS. 6, 7. DRAWINGS ARE DIAGRAMMA770 AND INDICATE GENERAL ARRANGEMENT OF SYSTEMS AND WORK INCLUDED. FOLLOW DRAWINGS IN LAYING OUT WORK AND CHECK DRAWINGS OR OTHER TRADES RELATING TO WORK TO VERIFY SPACE IN WHICH WORK WILL BE INSTALLED, MAINTAIN HEADROOM AND MINIMUM CODE REQUIRED WORKING CLEARANCES AT ALL 17MES FURNISH PULL STRING IN EACH RACEWAY RUN OVER 10' IN LENGTH, IN WHICH PERMANENT WIRING IS NOT INSTALLED. - 't IN-LINE UTILITY COMPANY METER SINGLE LINE DIAGRAM _ ' SL2 , ELECTRICAL LOAD: 8. PROVIDE PULL BOXES WHEREVER NECESSARY TO FACILITA7E PULLING OF CONDUCTORS COORDINATE LOCA77ONS OF UTILITY METER WITH CIRCUIT TRANSFORMERS (CT'S) METER IRRIGAI70N CONTROLLER: 240VA TOTAL LOAD = 1A (N) 100A 120/240V Al UGPS M 10 3W ' P1 'NEMA 3R (D 22,OOOAIC 9. 10. BOXES WITH OTHER TRADES TO AVOID CONFLICT, PULL BOXES SHALL BE ACCESSIBLE, THE SIZE OF PULL BOX SHALL COMPLY WITH N.E.C. REQUIREMENTS ALL EXTERIOR ELECTRICAL DEVICES AND EQUIPMENT INCLUDING THOSE THAT ARE EXPOSED r0 OUTSIDE ENVIRONMENT (UP TO 16) SHALL BE WEATHERPROOF TYPE, NEMA 3R, NO CONDUIT RUNS SHALL BE ALLOWED IN CONCRETE SLABS ALL CONDUITS WILL BE PLACED ABOVE ACCESSIBLE CEILING SPACES UNLESS SPECIFICALLY INDICA7ED TO BE UNDERGROUND. PB CONCRETE ELECTRICAL PULL BOX WITH LID APPROPRIATE FOR INSTALLA77ON LOCATION. LID SHALL BE LABELED "ELECTRICAL" OR "COMM" ACCORDING TO USE CONDUIT BURIAL 3 APPLICABLE CODES GENERAL NOTES 11, ALL ELEC7RIC MATERIAL SHALL BE LISTED BY "UL" FOR THE TYPE OF APPLICA77ON AND "UL" LABEL SHALL APPEAR 1. 2010 BUILDING STANDARDS ADMINISTRA77VE CODE, PART 1, TITLE 24 C.C.R. 100A 2P L� 20A � 1P 1 L REFER TO 'GENERAL NOTES' ON ELECTRICAL LEGENDS AND NOTES SHEET FOR WIRING METHODS, MATERIALS, AND REQUIREMENTS. 2 ALL CIRCUIT BREAKERS, PANELBOARDS AND 7RANSFORMERS SHALL BE OF THE SAME MANUFAC7URER. 12. 13, ON ALL ELECTRICAL EQUIPMENT. CONTACT UTILITY COMPANIES FOR SCOPE OF WORK PRIOR TO SUBMITTING BID; INCLUDE UTILITY CHARGES IF ANY. ALL DISTRIBUTION AND CONTROL EQUIPMENT (SUCH AS CB's, SWITCHES, CONTACTORS, ETC,), TERMINATIONS SHALL 2. 2010 CALIFORNIA 3. 2010 CALIFORNIA BUILDING CODE (CBC),PART 2, T17LE 24 CCR. (UBC WITH AMENDMENTS) ELECTRICAL CODE (CEC), PART 3, TITLE 24 CCR, (NEC WITH AMENDMENTS) 3. ALL GROUND CONNEC77ONS SHALL BE CADWELD. BE FULLY RATED PER UL AS FOLLOWS- 4. 2010 CALIFORNIA MECHANICAL CODE (CMC), PART 4, TITLE 24 CCR (UMC WITH AMENDMENTS) N G 4. AVAILABLE FAULT AT SERVICE POINT SHALL BE CONSIDERED AT 22,000 RMS SYM, 5. ALL PANELBOARDS SHALL BE FULLY RATED FOR THE AVAILABLE FAULT UNLESS OTHERWISE NOTED. 14. a. 125A OR LESS : 60C OR MORE, b, MORE THAN 125A : 75'C OR MORE, CONDUCTORS SHALL HAVE UNDERWRITER'S LABORATORIES, lNC.(UL) LISTED, 600 VOLT INSULA TION OF TYPE SPECIFIED 5. 2010 CALIFORNIA 6. 2010 CALIFORNIA PLUMBING CODE (CPC), PART 5, TITLE 24 CCR, (UPC WITH AMENDMENTS) FIRE CODE, PART 9, 777LE 24 C.C.R. (UFC WITH AMENDMENTS) ' 6. THE FEEDER LENGTHS SHOWN ON THESE DRAWINGS ARE FOR CALCULA77ON ONLY AND ARE NOT VALID FOR CONSTRUCTION, BIDDING OR FOR SHORT CIRCUIT CALCULA770NS, BELOW OR ELSEWHERE IN THE SPECIFICAITONS, CONDUCTORS SHALL BE COPPER, 1. BRANCH CIRCUITS - LICH77NO AND POWER. 7. 2010 CALIFORNIA REFERENCED STANDARDS, PART 12, TITLE 24 C,C,R. 8. 2010 77TLE 19 CC.R., PUBLIC SAFETY, STATE FIRE MARSHAL REGULATIONS INCOMING POWER U77LITY SERVICE (1) J8 CU. BOND TO EACH OF - " THE FOLLOWING.' GROUND ROD PER CEC 250.52 (A) 3 IRRIGA77ON CONTROLLER 'D' 2 AMPS G. #10 AWG AND SMALLER, SOLID WIRE TYPE THW OR THHN/THWN, THHW(THHN FOR DRY LOCA 77ON ONLY). TYPE 1HW OR IHHN/THHW. b. #8 AWG TO #2 AWG, S STRANDED C. #1 AWG AND LARGER, STRANDED TYPE XHHW. 2, FEEDERS : TYPE 7HW OR 7UHN/THWN, OR XHHW, g, 2010 CALIFORNIA ENERGY CODE (PART 6, 777LE 24 C.C.R.) CONSTRUCTION NOTES NOTE TO CONTRACTOR O PROVIDE NEW ELEC7RICAL PEDESTAL, O PROVIDE (2)110. (1)#tOGND, IN 1T 15 PROVIDE GREEN INSULATED GROUNDING CONDUCTOR IN EACH RACEWAY INCLUDING CONDUITS, PLUG STRIPS, WIREMOLD, SIZE OF GROUNDING SHALL BE IN ACCORDANCE WITH NA77ONAL ELECTRIC CODE ARTICLE 250. �3 PROVIDE NEW CIRCUIT BREAKER IN EXISTING PANEL BOARD. TYPE AND AIC RA77NO TO MATCH EXIS77NG. 16. WIRING METHOD SHALL BE EMT ABOVE GROUND AND MOUNTED IN CONCEALED SPACES (UNLESS APPROVED �4 EXIS77NG PEDESTAL TO BE REUSED. OTHERWISE) AND SCHEDULE -40 PVC FOR UNDERGROUND INSTALLATION UNLESS NOTED OTHERWISE, CON7RACTOR SHALL VERIFY PLANS AND EXIS77NG DIMENSIONS AND CONDITIONS ON THE JOB SITE AND SHALL IMMEDIATELY NOTIFY THE ARCHITECT IN WRITING OF ANY DISCREPANCIES BEFORE PROCEEDING WITH THE WORK OR BE RESPONSIBLE FOR THE SAME, C-4$42 SINGLE LINE DIAGRAM ' , P PREPARED BY: REFER TO COVER SHEET FOR GENERAL NOTES 7845 Business Center Dr. Suite #215�pNOSCgPF Phone: 909-890-3700 San Bernardino, CA 2408 Fax: 909.890.3770 Email: caddwdesignwesteng.com DESIGN WEST ENGINEERING MECHANICAL•ELECTRICAL•ENERGYCONSULTANTS �, '� .OVID 1 9�.�C�,� MonoM4QEp y���y �. VgsQG���y Landscape Architects And Park Planners W r m Corporate Office: Regional Office: 666 y 151 Kalmus Drive, Suite M8 78060 Colle Estrada * Til., =5 Costa Mesa, CA 92626 Lo Quinta, CA 92253 s� �,•* 714,641.1300 760.580.5165 ArFaFCA��Fo� 714.641,1323 Facsimile 760.664.0369 Facsimile SINGLE LINE DIAGRAMS & NOTES BALBOA BOULEVARD BEAUTIFICATION E • DESIGNED: RM DRAWN: AN CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT R-6036-5 NO. DATE DESCRIPTION OF REVISIONS CHECKED: LM DATE: SEPT 10, 2013 SHEET37OF 3$ ELECTRICAL SPECIFICATIONS PART I GENERAL B. EMT FITTINGS, CONNECTORS AND COUPLINGS SHALL BE STEEL, ZINC, OR CADMIUM PLATED, COMPRESSION TYPE, WITH WORK, SO THAT THE WORK AS WHOLE SHALL BE EXECUTED AND COMPLETED WITHOUT CONFLICT OR DELAY. DAMAGE OR DEFECTIVE WORK, MATERIAL, AND EQUIPMENT AT NO EXPENSE TO THE OWNER BEFORE REQUESTING FINAL 1.01 SCOPE OF WORK INSULATED THROAT ACCEPTANCE. EXAMINE THE DRAWINGS AND SPECIFICATIONS AND DETERMINE THE WORK TO BE PERFORMED BY THE ELECTRICAL, A. WORK COVERED BY WS ,BECTON CONSISTS OF FURNISHING ALL LABOR, EQUIPMENT, SUPPLIES AND MATERIALS UNLESS C. FLEXIBLE STEEL CONDUIT CONNECTORS SHALL BE TWIST -IN -TYPE WITH INSULATED THROAT. THE FIN/SM SHALL BE ZINC MECHANICAL AND OTHER TRADES. PROVIDE THE TYPE AND AMOUNT OF ELECTRICAL MATERIALS AND EQUIPMENT 3.10 CLEANING OF EQUIPMENT, MA7FRIAL, AND PREMISES NECESSARY TO PLACE THIS WORK IN PROPER OPERATION, COMPLETELY WIRED IFS10 AND READY FOR USE THIS SHALL OTHERWISE SPECIFIED, AND IN PERFORMING ALL OPERATIONS NECESSARY FOR THE INSTALLATION OF A COMPLETE AND OR CADMIUM PLATING INCLUDE ALL CONDUIT, WIRE, DISCONNECTS, RELAYS, AND OTHER DEVICES FOR THE REQUIRED OPERATION SEQUENCE OF OPERABLE ELECTRICAL SYSTEM AS REQUIRED BY THESE SPECIFICA77ONS AND AS INDICATED ON THE DRAWINGS A. S17E SHALL BE LEFT BROOM CLEAN AFTER COMPLE77ON OF WORK EACH DAY. UPON COMPLE770N OF THE WORK, LEAVE B. THE CONTRACTOR SHALL EXAMINE ALL DRAWINGS AND SPECIFICATIONS IN A MANNER TO BE FULLY COGNIZANT OF ALL D. EMT CONDUIT RT77NGS SHALL BE THE COMPRESSION TYPE; SET SCREW FITTINGS SHALL NOT BE USED. ALL ELEC7RICAL, MECHANICAL, AND OTHER SYSTEMS OR EQUIPMENT THE PREMISES CLEAN OF ALL DIRT AND DEBRIS. WORK REQUIRED UNDER THIS SECTION. 2.05 JUNC77ON AND PULL BOXES C. PERFORM ALL WORK IN A MANNER WHICH WILL NOT CAUSE UNNECESSARY INCONVENIENCE OR DANGER TO THE B. ALL EQUIPMENT AND MATERIAL CONNECTED WITH THIS PROJECT SHALL BE INSTALLED COMPLETE, 7HOROUGHLY CLEANED, OCCUPANTS, NOR INTERFERE WITH THE AC77WTIES IN THE BUILDING AND ALL RESIDUE REMOVED FROM INSIDE SURFACES. EX7FRIOR SURFACES OF ALL MATERIAL AND EQUIPMENT SHALL BE C THE CONTRACTOR SHALL OBTAIN AND PAY FOR ALL REQUIRED PERMITS UNLESS OTHERWISE ARRANGED AND SCHEDULE A. FOR INTERIOR DRY LOCATIONS BOXES SHALL BE GALVANIZED ONE-PIECE DRAWN S7EEL, KNOCKOUT TYPE WITH CLEANED AND DELIVERED IN A PERFECT, UNBLEMISHED COND1770N. ALL REQUIRED INSPECTIONS FOR THE EXECUTION OF THE WORK UNDER THIS CON7RACT REMOVABLE, MACHINE SCREW SECURED COVERS D. THE CONTRACTOR SHALL COORDINA7E AND SCHEDULE EACH POWER I617ERRUPTON WITH OWNER, AND SHALL PROVIDE AT 1.02 GENERAL REQUIREMENTS B ALL BOXES SHALL BE SIZED FOR THE NUMBER AND SIZES OF CONDUCTORS AND CONDUITS 07FR/NG THE BOX AND LEAST TWO WEEKS NOTICE OF PROPOSED IN7ERRUPTON AND WORK TO BE ACCOMPLISHED. J. I1 HANDLING OF WIRE AND CABLE A. WORK DONE UNDER THIS SECTION SHALL COMPLY WITH THE LATEST EDITION OF THE CALIFORNIA ELEC7RICAL CODE, NEC EQUIPPED WITH PLAS7FR RINGS WHERE REQUIRED. 3.03 7RENCHING AND BACKFILLING A. HANDLE WIRE AND CABLE SO AS TO AVOID DAMAGE TO CONDUCTORS AND TAKE EVERY PRECAU77ON TO AVOID SHARP (NATIONAL ELECTRICAL CODE), THE STATE OF CALIFORNIA I7TLE 24, THE STATE BUILDING STANDARDS, (OSHA) 208 RECEPTACLES BENDING OR SCORING OF THE CABLE CABLE SHALL NOT BE LAID NOR DRAGGED UPON THE GROUND. OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION, AND TO ANY APPLICABLE LOCAL JURISDIC77ONAL REQUIREMENTS. A. PERFORM ALL SUCH 7RENCHING AND BACKF7LUNG IN ACCORDANCE WITH DRAWING DETAILS IN CASE OF CONFLICT BETWEEN REQUIREMENT, THE MOST RESTRIC77VE SHALL APPLY. A. DUPLEX RECEPTACLES SHALL BE SPECIRCARON GRADE, 20 AMPS, 125 VOLTS, 3 -WIRE, SIDE -WIRED WITH BINDING B. THE CON7RACTOR SHALL BE REQUIRED TO REMOVE AND REPLACE AT HIS OWN EXPENSE ALL WIRE AND CABLE DAMAGED SCREWS, PARALLEL SLOTS, U -GROUND, PLASTER EARS AND CAP77VE YOUN77NG SCREWS. BODY SHALL BE PHENOLIC, 3.04 CORE CUTTING, DRILLING, AND PATCHING DUE TO IMPROPER HANDLING, AND SHALL PAY FOR THE NEW WIRE OR CABLE. 1.03 ELECTRICAL CONTRACTOR'S RESPONSIBILITY PLASTIC, OR BAKELITE RECEPTACLES SHALL BE HEAVY-DUTY, 3 -BLADE CURRENT CARRYING CONTACT AND DOUBLEWNIDE FLAT BLADE GROUND CONTACTS PROVIDE ARROW HART 5242-1 HUBBELL 5242-1 OR LEVITON 5242-L A. NO HOLES WILL BE ALLOWED IN ANY S7RUC7URAL MEMBERS WITHOUT THE WRITTEN APPROVAL OF THE ARCH17ECT OR 3.12 TESTING AND INSPEC77ONS A. IT SHALL. BE THE CONTRACTOR'S RESPONSIBILITY TO OBTAIN A COMPLETE SET OF DRAWINGS AND SPECIFICATIONS STRUCTURAL ENGINEER AND GENERAL CONTRACTOR CONTRACTOR SHALL CHECK THE DRAWINGS OF THE 07HER TRADES AND SHALL CAREFULLY READ THE ENTIRE B. SINGLE RECEPTACLES SHALL BE SPECIFICA77ON GRADE, GROUNDING TYPE, SIDE -WIRED, WITH BINDING SCREWS, AND A. THE CONTRACTOR SHALL OBTAIN AND PAY FOR ALL REQUIRED PERMITS AND ARRANGE ALL REQUIRED INSPECTIONS FOR SPECIFICATIONS AND DETERMINE HIS RESPONSIBILITIES SHALL HAVE STANDARD SIZE IVORY BAKELI7E BASE FOR CIRCUITS CONSISTING OF ONE SINGLE RECEPTACLE ONLY, J. INS TALLATON THE EXECUTION OF THE WORK UNDER THIS CONTRACT AMPERE RATING OF RECEPTACLE SHALL BE THE SAME AS CIRCUIT BREAKER OF FUSE. FOR RECEPTACLES RATED 15 B. BEFORE SUBMITTING THE BID, THE ELECTRICAL CON7RACTOR SHALL VISIT THE JOB SITE AND FULLY ACQUAINT HIMSELF AMPS/125 VOLTS, PROVIDE NEMA 5-15R, ARROW -HART 5251-1. FOR RECEPTACLES RATED 20 AMPS / 125 VOLTS, WITH EXISTING CONDITIONS. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO INSTALL THE EQUIPMENT AND PROVIDE NEMA 5-20R, ARROW -HART 5721-4 OR EQUAL A. WORKMANSHIP IS TO BE NEAT, BY EXPERIENCED WORKMEN WITH ADEQUATE SUPERVISION, AND IN LINE WITH NORMAL B. THE CONTRACTOR SHALL REPLACE ALL DAMAGED OR DEFECTIVE EQUIPMENT OR WORK. ASSOCIATED WR/NG /N SUCH A MANNER AS TO CONFORM WITH THE EXIS77NG STRUCTURE OF THE BUILDING, AVOID INDUSTRY WORK PRAC77CES OBSTRUCTIONS AND MEET APPLICABLE CODE REQUIREMENTS 2.12 LOW VOLTAGE SWITCHGEAR C. ALL CIRCUITS SHALL BE TESTED FOR CONTINUITY AND CIRCUIT INTEGRITY BY THE CON7RACT0R. ADJUSTMENTS SHALL B MAINTAIN WORKING CLEARANCE AROUND ELECTRICAL EQUIPMENT IN ACCORDANCE WITH CODE REQUIREMENTS AS A BE MADE FOR CIRCUITS NOT COMPL }TNG WITH TESTING CRITERIA. C THE INTENT OF THESE DRAWINGS IS TO DESCRIBE A COMPLETE AND OPERABLE SYSTEM. WHERE EXISTING COND177ONS A. FURNISH AND INSTALL ALL SWITCHBOARDS AS HEREINAF7ER SPECIFIED AND AS SHOWN ON THE DRAWINGS. MINIMUM. DIFFER FROM DRAWINGS, ADJUSTMENT SHALL BE MADE AND ALLOWANCES INCLUDED FOR ALL NECESSARY EQUIPMENT TO SWITCHBOARDS SHALL BE OF THE DEAD FRONT SAFETY TYPE EQUIPPED WITH THE THERMAL MAGNE77C 40C CIRCUIT D. THE CQNIRACTOR SHALL FURNISH ALL INSTRUMENTS AND PERFORM ANY ADDITIONAL TESTS REQUIRED BY THE COMPLETE ALL PARTS OF THE DRAWINGS AND SPECIFICATIONS BRING ANY QUESTIONS TO THE ARCHITECT OR BREAKERS C. WHERE LIGH77NG FIXTURES AND OTHER ELECTRICAL I7EMS ARE SHOWN IN CONFLICT WITH LOCATIONS OF S7RUC7VRAL AUTHORITY HAVING JURISDICTION. CONTRACTOR SHALL ALSO CORRECT ALL FAILURES AND REPLACE ANY DAMAGED ENGINEER'S ATTEN77ON PRIOR TO BIDDING. MEMBERS AND MECHANICAL OR OTHER EQUIPMENT, FURNISH AND INSTALL ALL REQUIRED SUPPORTS AND WIRING TO POR77ONS OF THE WORK RESUL77NG FROM THOSE TESTS THE COST OF THE FOREGOING I7EMS SHALL BE PAID BY THE B. CIRCUIT BREAKERS SHALL BE RATED MINIMUM 10,000 AMPS RMS SYMME7RICAL INURUP77NG CAPACITY AND SHALL BE CLEAR THE ENCROACHMENT CONTRACTOR. A WHEREVER A DISCREPANCY IN QUANTITY OR SIZE OF CONDUIT 41RE, EQUIPMENT DEVICES, CIRCUIT BREAKERS, ETC., THE NUMBER OF POLES AND CURRENT CAPACITY AS INDICA70 ON THE SINGLE LINE DIAGRAM, SWM17TCHBOARDS SHALL ARISES ON THE DRAWING AND/OR SPECIFICATION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROW9DING AND BE SQUARE -D , GE, OR EATON/CUTLER HAMMER, A VERIFY LOCA77ON OF EACH OU7LET FOR POWER, SIGNAL, TELEPHONE/DATA, AND EACH LIGH77NG FIXTURE W71H E. THE CONTRACTOR SHALL FURNISH THE OWNER CERTIFICATES OF INSPECTION AND APPROVAL BY THE ELEC7RICAL INSTALLING ALL MATERIAL AND SERVICES REQUIRED BY THE STRICTEST COND177ON N07ED ON DRAWINGS AND/OR IN ARCH17ECT PRIOR TO ROUGH -IN. INCLUDE IN BID COST OF RELOCA77NG EACH 17EY WITHIN 7EN-FEET RADIUS OF ITS INSPEC77ON AUTHORITY ON ALL WORK COMPETED AS REQUIRED. SPECIFICATIONS TO ENSURE COMPL£7E AND OPERABLE SYSTEMS AS REQUIRED BY 7HE OWNER AND ENGINEER. C. LABEL EACH SWITCHBOARD COMPARTMENT WITH ENGRAVED METAL OR LAMINATED-PLASTC NAMEPLAIE WITH WHITE INDICATED LOCA 770N. LETTERS ON BLACK BACKGROUND, MOUN7ED W17H CORROSION -RESISTANT SCREWS. 1.04 WORK NOT INCLUDED E ALL CONDUIT TO BE RUN CONCEALED UNLESS 07HERWSE N07ED ALL CONDUITS SHALL BE ROUTED OVERHEAD IN A. CERTAIN LABOR, MA7ER/ALS OR EQUIPMENT MAY BE FURNISHED UNDER OTHER CONTRACTS BY THE OWNER. WHEN SUCH D. ENCLOSURE FINISH FOR OUTDOOR UNITS, NEMA 3R WEATHERPROOF ENCLOSURE WITH FACTORY -APPLIED FINISH IN CEILING SPACES. NO COIVDU17S SHALL BE PERMITTED IN CONCRETE SLAB, MASONRY WALLS UNLESS SPECIFICALLY SO IS THE CASL:, THE EXTENT SOURCE, AND DESCRIPTION OF THESE HEMS WILL BE IN0/CA7ED ON INE. DRAWINGS OR MANUFACTURER'S STANDARD COLOR, UNDERSURFACES TREATED WITH CORROSION -RESISTANT UNDERCOATING. 1ND1CA7ED. CONDUIT SHALL BE RUN SO AS NOT TO INTERFERE WITH OTHER PIPING FIXTURES OR EQUIPMENT. DESCRIBED IN THE SPECIFICATIONS, UNLESS OTHERWISE NOTED, ALL LABOR, MATERIALS AND EQUIPMENT FOR THE COMPLETE INSTALLATION OF THE ELECTRICAL WORK SHALL BE PROVIDED UNDER THIS SEC77ON OF THESE E ENCLOSURE FINISH FOR INDOOR UNITS FACTORY -APPLIED FINISH IN MANUFACTURER'S STANDARD GRAY FINISH OVER A F. WHERE ALLOWED, EXPOSED CONDUIT RUNS SHALL BE INSTALLED PARALLEL OR PERPENDICULAR TO WALLS, STRUC77JRAL SPECIFICATIONS. RUST -INHIBITING PRIMER ON TREATED METAL SURFACE. MEMBERS, OR INTERSECTION OF VER77CAL PLANES AND CEILINGS 1.05 SPECIAL REQUIREMENTS F, BARRIERS' BETWEEN ADJACENT SWITCHBOARD SECTIONS, G ALL ELECTRICAL CONDUITS AND OTHER ELECTRICAL RACEWAYS PASSING THROUGH FIRE RATED CEILINGS SLABS, CABLE TRAYS, WALLS AND PARTITIONS SHALL BE SEALED TO PREVENT THE SPREAD OF FIRE, SMOKE, AND GASSES USE A UL A. THE DRAWINGS INDICATE GENERAL ARRANGEMENT OF CIRCUITS OU7LETS LOCATIONS OF MOTOR CONTROLLERS WITH G. UTILITY METERING COMPARTMENT FABRICATED COMPARTMENT AND S£CTON COMPLYING WITH UTILITY COMPANYS LISTED AND APPROVED FIRE -STOP MA7ERIAL EQUAL TO RA77NG OF A WALL OR A FLOOR SLAB PENETRATED, DISCONNECTS, PANELBOARDS, CONDUIT ROUTING, AND OTHER WORK. INFORMA77ON SHOWN ON THE DRAWINGS IS INSTALLATION OF FIRE -STOP MATERIAL SHALL BE IN ACCORDANCE WITH MANUFAC77JRERS 1NS7RUC77ONS ESSEN77ALLY DIAGRAMMATIC; HOWEVER, RECIRCU177NG OR RELOCATING ELE07RICAL EQUIPMENT WILL NOT BE PERMITTED REQUIREMENTS IF SEPARATE VERTICAL SECTION IS REQUIRED FOR U77LITY METERING, MATCH AND ALIGN WITH BASIC WITHOUT SPECIFIC WRIT7FN APPROVAL OF THE ENGINEER. SWITCHBOARD. H. UNLESS WRITTEN PERMISSION IS GRAN70 BY THE ARCH17ECT, NO MA7FRIAL SHALL BE MOUNTED ON THE EX7FRIOR 1.06 SUBMITTALS H. BUS TRANSITION AND INCOMING PULL SECTIONS. MATCHED AND ALIGNED WIlN BASIC SWITCHBOARD. WALLS OR PARAPET TOP OF INE BUILDING. A. AFTER AWARD OF THE CONTRACT AND BEFORE ANY MATERIALS ARE DELIVERED TO THE JOB SITE, A COMPLETE LIST OF L BUSES AND CONNECTIONS. THREE PHASE, FOUR WIRE, UNLESS OTHERWISE INDICATED. I ALL ROTA77NG ELECTRICAL EQUIPMENT SHALL BE SUPPLIED WITH A FLEXIBLE, LIQUID-77GHT CONDUIT WITH APPROPRIATE ALL MA7FRIALS PROPOSED TO BE FURNISHED AND INSTALLED UNDER THIS SECTION MUST BE PROVIDED. SLACK AND SHALL NOT EXCEED THIRTY-SIX (36) INCHES. B SUBMIT TO THE ENGINEER FOR APPROVAL ONE PRINT AND ONE REPRODUCIBLE OF ALL LIGH77NG FIXTURES, SWITCHGEAR, 1. PHASE- AND NEUTRAL -BUS M47ERIAL: HARD -DRAWN COPPER OF 98 PERCENT CON000771ITY WIT FEEDER J. ALL POWER WIRING SHALL BE INSTALLED IN CONDUIT. PANELBOARDS MOTOR CONTROL CENTERS, TRANSFORMERS, AND MOTOR STAR7ERS SHOP DRAWINGS SHALL INCLUDE CIRCUIT -BREAKER LINE CONNECTIONS. IF BUS IS COPPER, USE COPPER FOR FEEDER CIRCUIT -BREAKER LINE MANUFACTURER'S PRINTED INFORMA77ON FOR EACH OF THESE ITEMS IDENTIFIED ON THE DRAWINGS THE INFORMA77ON CONNECTIONS K. 7ELEPHONE WIRES SHALL BE PLENUM RA7E0 CABLE FOR MOUNTING IN CEILING SPACES WITHOUT CONDUIT UNLESS SHALL INCLUDE, AS MINIMUM, OVERALL DIMENSIONS, WEIGHT, PHASE, VOLTAGE RATINGS, WRING DIAGRAMS, AND OTHERWISE NOTED. NAMEPLATE DATA. 2. LOAD 7ERMINALS• INSULATED, RIGIDLY BRACED, SILVER-PLATED, COPPER RUNBACK BUS EX7ENSIONS EQUIPPED WITH PRESSURE CONNECTORS FOR OUTGOING CIRCUIT CONDUCTORS. PROWDE LOAD TERMINALS FOR FUTURE CIRCUIT -BREAKER L. ALL WIRES FOR ALL SYSTEMS SHALL BE CONTINUOUS FROM SWITCH TO TERMINAL OR FURTHEST OUTLET. NO JOINTS 1.07 STANDARDS AND MATERIALS POSITIONS AT FULL AMPERE RATING OF CIRCUIT -BREAKER POSITION. SHALL BE MADE EXCEPT IN PULL, JUNCTION OR OU71ET BOXES, OR IN PANEL OR SWITCHBOARD GUTTERS A. ALL MATERIALS SHALL CONFORM WITH THE CURRENT APPLICABLE INDUSTRY STANDARDS, NEMA (NATIONAL ELECTRICAL J. GROUND BUS, 1/4 -BY -2 -INCH- (6 -BY -50 -MM) MINIMUM -SIZE, HARD -DRAWN COPPER OF 98 PERCENT MANUFACTURER'S ASSOCIATION), ANSI (AMERICAN NATIONAL STANDARDS INS7ITUTE), IPCEA (INSULATED POWER CABLE CONDUCTIVITY, EQUIPPED WITH PRESSURE CONNECTORS FOR FEEDER AND BRANCH -CIRCUIT GROUND CONDUCTORS FOR M ALL RECEPTACLE, CONTROL DEVICE, AND SWITCH MOUN77NG HEIGHTS SHALL BE COORDINATED WITH ARCHITECRIRAL ENGINEERS ASSOCIATION), IEEE (INS777UTE OF ELECTRICAL AND ELEC7RONIC ENGINEERS), NA TONAL ELECTRICAL SAFETY BUSWAY FEEDERS, EX7END INSULATED EQUIPMENT GROUNDING CABLE TO BUSWAY GROUND CONNECTION AND SUPPORT EL EVA TIONS PRIOR TO ROUGH -/N. CODE CABLE AT INTERVALS IN VERTICAL RUN, 3.06 GROUNDING B UNLESS OTHERWISE INDICATED, ALL MATERIALS SHALL BE UNDERWRITERS LABORATORIES LISTED AND LABELED, OR 4. CONTACT SURFACES OF BUSES, • SILVER PLATED CERTIFIED BY A NA77ONALLY RECOGNIZED TES77NG LABORATORY. A. ALL EQUIPMENT SHALL BE PROPERLY GROUNDED AS INDICATED ON DRAWINGS AND AS REQUIRED BY THE LATEST C WORKMANSHIP AND NEAT APPEARANCE SHALL BE AS IMPORTANT AS THE ELECTRICAL MECHANICAL EFFICIENCY. 5. MAIN PHASE BUSES, NEUTRAL BUSES, AND EQUIPMENT GROUND BUSES- UNIFORM CAPACITY FOR ENTIRE LENGTH OF ED177ON OF APPLICABLE CODES SWITCHBOARD'S MAIN AND DISTRBU77ON SECTIONS. PROVIDE FOR FUTURE EXTENSIONS FROM BOTH ENDS. DEFECTIVE AND DAMAGED MATERIALS SHALL BE REPLACED OR REPAIRED PRIOR TO FINAL APPROVAL AND ACCEPTANCE SWIB. FURNISH AND INSTALL ALL GROUNDING CONDUCTORS, CONDUIT AND CLAMPS. THE SIZE OF THE GROUNDING THE DRAWINGS AND SPECIPPLICABL TAKE PRECEDENCE WHEN THEY ARE MORE STRINGENT THAN CODES, STATUTES OR 6. ISOLATION BARRIER ACCESS PROVISIONS• PERMIT CHECKING OF BUS -BOLT 77GH77IESS. CONDUCTORS SHALL BE NOT LESS THAN THAT SPECIFIED IN THE NEC. ORDINANCES 1N EFFECT APPLICABLE CODES, STANDARDS, ORDINANCES, AND STATUTES TAKE PRECEDENCE WHEN THEY ARE MORE STRINGENT OR CONFLICT WITH THE DRAWINGS OR SPECIFICATIONS. 7. NEUTRAL BUSES: 100 PERCENT OF THE AMPACITY OF PHASE BUSES, UNLESS 07HERWlSE INDICA70, EQUIPPED WITH C. BUILDING GROUNDING SYSTEM RESISTANCE TO GROUND SHALL NOT EXCEED 25 OHMS. 1.08 DELIVERY AND STORAGE OF MATERIALS PRESSURE CONNECTORS FOR OUTGOING CIRCUIT NEUTRAL CABLES BUS EX7ENSIONS FOR BUSWAY FEEDER NEUTRAL BUS A. THE CONTRACTOR SHALL INVESTIGATE EACH SPADE IN THE BUILDING THROUGH WHICH EQUIPMENT MUST PASS TO REACH ARE BRACED A EACH BRANCH CIRCUIT SHALL BE EQUIPPED WITH CODE SIZE GREEN GROUND, EQUIPMENT WIRE (PER NEC 250-95) (NOT ITS FINAL LOCATIONS. N P NECESSARY, THE MANUFACTURER SHALL B£ REQUIRED TO SHIP HIS MATERIAL IN SECTIONS INDICATED ON DRAWINGS) Wi1NlN THE SAME CONDUIT FOR ALL CIRCUITS OF PANELBOARDS. FUTURE DEVICES EQUIP COMPARTMENTS WITH MOUNTING BRACKETS, SUPPORTS BUS CONNECTIONS, AND SIZED TO PERMIT PASSING THROUGH SUCH RESTRICTED AREAS IN THE BUILDING APPURTENANCES AT FULL RATING OF CIRCUIT -BREAKER COMPARTMENT 3.07 BRANCH CIRCUITS B. THE CONTRACTOR SHALL RETAIN IN HIS POSSESSION AND SHALL BE RESPONSIBLE FOR ALL PORTABLE AND DETACHABLE PARTS OF PORTIONS OF INSTALLATIONS SUCH AS FUSES, KEY LOCKS, ADAP7ERS BLOCKING CLIPS, AND INSERTS UNTIL 215 ELEC7RICAL CONNECTIONS A. NO MORE THAN THREE BRANCH CIRCUITS PERMITTED IN ONE CONDUIT UNLESS INDICATED OTHERWISE FINAL COMPLETION OF WORK. THESE PARTS SHALL BE DELIVERED TO THE OWNER UPON COMPLETION OF THE WORK A. UNLESS 07HERW/SE NOTED, ALL WRING FOR MOTORS, STARTERS, CONTROLS, AND EQUIPMENT SHALL BE PROVIDED BY 3.08 /DEN77F/CA TON PART 2 PRODUCTS THE ELEC7RICAL CONTRACTOR. WHERE MOTORS FOR MECHANICAL EQUIPMENT ARE FURNISHED BY 07HER DIVISIONS, WRING SHALL BE THE RESPONSIBILITY OF THE ELECTRICAL CONTRACTOR, EXCEPT WHERE WIRED INTEGRALLY WITH THE 2.01 EQUIPMENT AND MATERIALS EQUIPMENT. A. THE FOLLOWING ITEMS SHALL BE EQUIPPED WITH NAMEPLATES A. ALL MATERIALS FURNISHED AND INSTALLED UNDER THIS CON7RACT SHALL BE NEW, FREE FROM DEFECTS, AND SHALL B. CONNEC77ON AND CONTROL DIAGRAMS FOR ALL MECHANICAL AND CONTROL EQUIPMENT SHALL BE FURNISHED UNDER 1. ALL MOTORS, MOTOR STAR7ERS CONTROL PANELS, MOTORS CON7ROL REM07E STATIONS BE GUARA87EED FOR A PERIOD OF ONE (1) YEAR FROM DA7E OF ACCEPTANCE OF THE WORK. SHOULD ANY TROUBLE OTHER DIVISIONS, AND BE APPROVED BY THE OWNER FOR CONNECTION BY THE ELE07RICAL CONTRACTOR. DEVELOP DURING THEIR PERIOD DUE TO DEFECTIVE MA7ERIALS OR FAULTY WORKMANSHIP, THE CONTRACTOR SHALL 2 ALL DISCONNECT AND SAFFTY SWITCHES, MAIN DISTRIBUTION PANEL FEEDER OVERCURRENT DEVICES AND SPARES, FURNISH ALL NECESSARY MATERIALS AND LABOR TO CORRECT THE TROUBLE WITHOUT ANY COST TO THE OWNER. ANY 2>6 SUPPORTING DEVICES CIRCUIT EQUIPMENT IN SEPARA7E ENCLOSURES DEFGTIVE` MATERIAL OR INFERIOR WORKMANSHIP NOT AT THE TME OF INSTALLATION SHALL BE CORRECTED IMMEDIATELY TO THE SATISFACTION OF THE OWNER J. SPECIAL ELECTRICAL SYSTEMS SHALL BE PROPERLY IDENTIFIED AT JUNCTION AND PULL BOXES A. ALL EQUIPMENT CONDUITS SHALL BE SUPPORTED, ANCHORED AND BRACED IN ACCORDANCE WITH THE MOST STRINGENT B ALL MAJOR EQUIPMENT COMPONENTS SHALL HAVE THE MANUFACTURER'S NAME, ADDRESS, MODEL NUMBER, AND SERIAL CODES AND REQUIREMENTS. COMPLY W49TH CHAPTER 23 OF THE LA7EST CBC (CALIFORNIA BUILDING CODE), 4• ALL BRANCH CIRCUIT PANEL BOARDS SHALL HAVE IDENTIFYING ENGRAVED PLASTC NAMEPLATES. ALSO, PROVIDE A NUMBER PERMANENTLY ATTACHED INA CONSPICUOUS MANNER. TYPED DIRECTORY CARD FOR EACH BRANCH CIRCUIT PANELBOARD. THE CARD IS TO BE PLACED ON THE IN7FRIOR SIDE PART 3 EXECUTION 202 CONDUIT OF THE PANELBOARD DOOR BEHIND A CLEAR PLAS77C SHIELD THE CARD SHALL IDENTIFY EACH CIRCUIT BY NUMBER, A, PROVIDE RACEWAYS AS INDICATED ON THE DRAWINGS AND AS HEREIN SPECIFIED. CONDUITS SHALL BE RIGID STEEL "CRC" 3.01 WORKMANSHIP AND COMPLETION OF INSTALLATION LOAD, AND LOCATION. (THICK WALL) GALVANIZED; ELECTRICAL METALLIC TUBING 'EMT" (THIN WALL); FLEXIBLE STEEL, GALVANIZED; 5 IN GENERAL, EQUIPMENT SHALL BE IDENTIFIED AS DESIGNA7E0 ON THE ELECTRICAL DRAWINGS NAMEPLA7ES FOR LIQUID -TIGHT, FLEXIBLE STEEL_ CONDUIT WITH GROUND BOND; ALUMINUM CONDUIT; OR SCHEDULE 40 PVC. A. WORKMANSHIP AND NEAT APPEARANCE SHALL BE AS IMPORTANT AS THE ELECTRICAL AND MECHANICAL EFFICIENCY. PANELBOARDS AND SWITCHBOARDS SHALL INCLUDE THE PANEL DESIGNATION, VOLTAGE AND PHASE OF INE SUPPLY. DEFECTIVE AND DAMAGED MATERIALS SHALL BE REPLACED OR REPAIRED PRIOR TO FINAL INTERPRETATIONS INCLUDED. THE NAME OF THE MACHINE SHALL BE THE SAME AS THE NAME USED ON ALL MOTOR STAR7FRS DISCONNECTS, AND ANY DEFICIENCY PERTAINING TO EITHER WORKMANSHIP OR MA7ERIALS FOUND BY THE INSPECTOR SHALL BE CORRECTED P.B STA77ON NAMEPLA7ES FOR THAT MACHINE B. ALL EMPTY CONDUITS (CO) SHALL BE SCHEDULE 40 PVC UNLESS OTHERWISE INDICATED ON THE DRAWING WITHOUT ADDITIONAL COST TO THE OWNER. G WHERE CONDUIT CROSSES AN EXPANSION JOINT PROVIDE APPROVED FIT77NGS WHICH ALLOW DEFLECTIONS EQUIVALENT TO B NAMEPLA7ES SHALL BE FABRICATED AS FOLLOWS - TWICE THE MOVEMENT ALLOWED BY THE DESIGN B. THE CONTRACTOR SHALL MAINTAIN ON JOB SITE A SET OF THE WORKING DRAWNGS WHICH SHALL BE UPDA70 DAILY IN DETAIL FOR WORK ACCOMPLISHED. UPON COMPLE77ON OF THE WORK, A SET OF REPRODUCIBLE C0017RACT DRAWINGS 1. NAMEPLATE MATERIALS SHALL CONSIST OF 3 -PLY, 1/16" LAMINA7F0 PLASTC Wt1N 4H17E CORE FOR LETTERING AND 203 CONDUCTORS SHALL BE OBTAINED FROM THE GENERAL CONTRACTOR AND ALL CHANGES AS NOTED ON THE RECORD SET OF PRINTS BLACK BACKGROUND. SHALL BE INCORPORATED THEREON WITH RED INK IN A NEAT, LEGIBLE, UNDERSTANDABLE AND PROFESSIONAL MANNER. A. PROVIDE A COMPLETE SYSTEM OF CONDUCTORS IN RACEWAY SYSTEMS AS SHOWN ON THE DRAWINGS AND THEN HEREIN 2. CAPITAL LETTERS SHALL BE USED. SPECIFIED. C. ALL EQUIPMENT AND MATERIAL CONNEC70 WITH THIS PROJECT SHALL BE INSTALLED COMPLETE, THOROUGHLY CLEANED, AND ALL RESIDUE REMOVED FROM INSIDE SURFACES EX7ERIOR SURFACES OF ALL MA7ERIAL AND EQUIPMENT SHALL BE B. LIGHTING AND POWER CONDUCTORS SHALL BE COPPER, 600 VOLT, TYPE THWN/7HHN, No 12 MINIMUM UNLESS CLEANED AND DELIVERED /N A PERFECT UNBLEMISHED CONDITIONN, 3. NAMEPLA7ES SHALL BE FASTENED WITH CADMIUM -PLATED SELF. -TAPPING NO. 6 SCREWS 1/4" LONG OTHERWISE NOTED A UPON COMPLETION OF THE INSTALLATION AND AS A CONDITION OF ITS ACCEPTANCE FURNISH ONE COPY OF THE FINAL 4. THE MINIMUM SIZE OF ALL NAME PLAIES AND LETTERING SHALL BE 3/4" HIGH BY 2" LONG WITH 1/4" LETTERS C. CONTROL CONDUCTORS SHALL BE 600V, TYPE THNN/TIIHN, N0.14 MINIMUM SIZE UNLESS OTHERWISE NOTED INSPECTION CERTIFICATE TO THE OWNER. 2.04 RT77NGS 3.02 PREPARATION COORDINA770N 3.09 PROTECTION A. CONNECTOR, COUPLING, LOCKNUT BUSHINGS AND CAPS USED WITH RIGID CONDUIT SHALL BE STEEL, THREADED AND A. USE ALL MEANS NECESSARY TO PR07ECT 7HE WORK AND MATERIALS FROM LOSS DURING AND AF7ER INSTALLATION GALVANIZED. BUSHINGS SHALL BE INSULA7ED. A. THE CONTRACTOR SHALL COORDINATE THIS WORK WITH ALL OTHER CONTRACTORS FURNISHING LABOR, MA7E'RIALS AND AND PRO14DE ADEQUA7E AND PROPER STORAGE FACIL177ES DURING THE PROGRESS OF THE WORK. PROVIDE FOR 7HE SAFETY AND GOOD CONDITION OF ALL WORK UNTL FINAL ACCEPTANCE OF THE WORK BY THE OWNER. REPLACE ALL C-4842 PREPARED BY: 1845 Business Center Dr. Suite #215 �,pNpsCgp ELECTRICAL SPECIFICATIONS San Bernardino, CA 92408 o O F 1 Fax 909-890-307 0700 +� DST - O�a°�aap o �¢�P� M• VAS°G n BALBOA BOULEVARD BEAUTIFICATION Email: cadd:adesignwesteng.com Landscape Architects And Park Planners W m NO 1 Corporate Office: Regional Office: w 388 E .4 EJP! 6-30-2015 151 Kolmus Drive, Suite M8 78060 Calle Estrada ti►» 2�6 DESIGN WEST ENGINEERING �fctwz�c*`� \� Costa Mesa, CA 92626 La Quin ta, CA 92253 sr .* REFER TO COVER SHEET FOR GENERAL NOTES MECHANICAL• ELECTRICAL• ENERGY CONSULTANTS 9�F�Cp��Fd�' 714.641.1300 760.580.5165 9rFOFCA1-1�0 DESIGNED: RM DRAWN: AN CITY OF NEWPORT BEACH R -6036-S 714.641.1323 Facsimile 760.564.0369 Facsimile NO.8 DATE DESCRIPTION OF REVISIONS CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET Q38 OF Q LM SEPT 10, 201313 o�atiWPoR� CITY OF NEWPORT BEACH c'g41 Fp0.�,P City Council Staff Report Agenda Item No. 10 November 12, 2013 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3330, dawebb(ct7newportbeachca.gov PREPARED BY: Iris Lee, Senior Civil Engineer 949-644-3323, ilee@newportbeachca.gov APPROVED: � Q TITLE: Balboa Boulevard Landscaping —Award of Contract No. 4842 ABSTRACT: Staff received construction bids for the Balboa Boulevard Landscaping project and is requesting City Council's approval to award a contract to GMC Engineering, Inc. RECOMMENDATIONS: 1. Approve the project drawings and specifications; 2. Declare the bids submitted by Pima Corporation and Environmental Construction, Inc. as non-responsive; 3. Award Contract No. 4842 to GMC Engineering, Inc., (GMC) for the total bid price of $2,247,357.75 and authorize the Mayor and City Clerk to execute the contract; 4. Establish a contingency of $224,642.25 (approximately 10 percent) to cover the cost of unforeseen work; and 5. Approve Budget Amendment No. 14BA-019 appropriating $590,000.00 from the unappropriated General Fund balance to Account No. 7013-C2002063 (Balboa Boulevard Landscaping). FUNDING REQUIREMENTS: Upon approval of the Budget Amendment, sufficient funds are available for this project. The contract costs will be expensed to the Balboa Boulevard Landscaping account 7013-C2002063 as follows: Balboa Boulevard Landscaping —Award of Contract No. 4842 November 12, 2013 Page 2 Account Description Account Number Amount Balboa Boulevard Landscaping 7013-C2002063 $ 2,475,000.00 Total: $ 2,475,000.00 Proposed uses are as follows: Vendor Purpose Amount GMC Engineering, Inc. Construction Contract $ 2,247,357.75 GMC Engineering, Inc. Construction Contingency 224,642.25 GMU Geotechnical Geotechnical Testing and Inspection 3,000.00 Total: $ 2,475,000.00 DISCUSSION: Pursuant to the West Newport Citizen Advisory Panel and Neighborhood Revitalization Committee's vision to introduce beautification elements to the area, this contract focuses on landscape improvements along Balboa Boulevard between West Coast Highway and 23rd Street. The project will include removing existing vegetation to accommodate new landscaping, replacing existing outdated irrigation system, constructing asphalt and concrete improvements, introducing architectural features, and installing a new City gateway monument sign. At 10:00 A.M. on October 23, 2013, the City Clerk opened and read the following bids for this project: BIDDER Low Pima Corporation 2 GMC Engineering, Inc. 3 Environmental Construction, Inc. 4 KASA Construction, Inc. 5 Los Angeles Engineering, Inc. 6 Bravo Concrete Construction Services, Inc. TOTAL BID AMOUNT $2,002,142.00* $2,247,357.75 $2,417,201.00** $2,418,596.00 $2,437,764.00*** $3,620,986.82 As -read: * $2,020,648.00 ** $2,416,511.00 ***$2,433,764.00 The apparent low bidder, Pima Corporation, failed to submit a completed bid proposal and acknowledgement of addendum, and its bid is therefore non-responsive. The second low bidder, GMC Engineering, Inc., submitted all the necessary forms and possesses a California State Contractors License Classification of "A", as required by the project specifications. A check of GMC Engineering, Inc., references indicates satisfactory completion of similar projects for the City and other local municipalities. Balboa Boulevard Landscaping — Award of Contract No. 4842 November 12, 2013 Page 3 Although GMC's total base bid amount is 20 percent more than the Engineer's Estimate of $1,875,000.00, the relatively small deviation of the next three bids indicates GMC's bid of $2,247,357.75 reflects the market price to complete the contract improvements. A number of architectural features were included in the contract to address the community's desire to create an identity unique to West Newport. Due to the project's artistic nature and complications of working within the public right-of-way, the bid prices exceeded the Engineer's Estimate. Pursuant to the contract specifications, GMC Engineering, Inc, will have 120 consecutive working days to complete the project, followed by a 90 -day landscape maintenance period. The annual maintenance cost of the completed project is estimated to be $20,000.00. The City's Municipal Operations Department will be responsible for ongoing maintenance of the landscape improvements which will increase the General Fund budget by $20,000.00 beginning in FY 2014-15. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15304(b) (new landscaping and replacement of existing landscaping) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act the meeting at which the City Council considers the item). Th( this project was advertised in the City's official publication anc publications. Submitted by: David A. Webb Public Works Director (72 hours in advance of Notice Inviting Bids for in construction industry Attachments: A. Location Map B. GMC Engineering, Inc.'s Notice of Bid Protest C. Budget Amendment to m -_ 2 NOT TO SCALE WEST NEWPORT LANDSCAPING PROJECT BALBOA BOULEVARD BEAUTIFICATION LOCATION MAP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-4842 1 11/12/13 October 23 2013 GENERAL ENGINEERING CONTRACTOR > Uc. No. 739091 A, B City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Attn: Iris Lee — Project Manager Re: West Newport Landscaping Project — Balboa Blvd Beautification (C-4842) Sealed Bids received at the office of City Clerk: Wed, 10/23/13 @ 10 AM Notice of BID PROTEST Dear Ms. Lee: ATTACHMENT B The intention of this letter is to serve as our official Notice of BID PROTEST with regard to the above referenced project, which bid to the City of Newport Beach at 10:00 AM this morning. The bids were publicly opened and Pima Corporation was the apparent low bidder. At the conclusion of the bid opening, we requested to review Pima's bid package as a matter of public record. Based on our review, it is our contention that the bid submitted by Pima is "non-responsive" for the following reasons. First, Pima's proposal did not include any pricing for Bid Item 436 (Pavement Markings & Striping) and Bid Item #38 (Import Top Soil) — see attached photo of page PR -7 of Pima's proposal. This alone should be sufficient grounds for considering their bid to be "non-responsive" since their proposal did not include the full scope of work and the total price cannot be tabulated. Essentially, they have submitted an incomplete bid. Additionally, Pima's bid package did not include a signed copy of Addendum No. I, which clearly states that "bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached." Finally, Pima only listed two (2) subcontractors in their proposal (Cal Stripe for Striping and AT&TZ for Electrical) — see attached photo of Pima's Designation of Subcontractors. However, there are certain specialty items of work that are part of this project, such as Surveying and the Sign for the Serpentine Wall, that Pima would not qualified or licensed to perform, but are not listed on the Designation of Subs. In consideration of the above information, we trust the City will find GMC Engineering Inc. as the lowest responsible bidder and award the contract accordingly. GMC Engineering Inc. has a substantial track record of having successfully completed numerous projects for various public agencies, including the City of Newport Beach. We look forward to your response. Respectfully submitted, GMC Engineering, Inc f Gennady Chizhil< President Enclosures 1401 Warner Avenue, Suite B, Tustin, California 92780 * (714) 247-1040 * Fax (714) 247-1041 City of Newport Beach NO. BA- 14BA-019 BUDGET AMENDMENT 2013-14 AMOUNT: $5so,000.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance �X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations in the amount of $590,000 for the Balboa Blvd. Landscaping Project from General Fund reserves. The project will include removing existing vegetation for new landscaping, replacing outdated irrigation systems, constructing asphalt and concrete improvements, including architectural features, and installino a new Citv aatewav monument sign. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 010 3605 REVENUE ESTIMATES (360 1) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Amount Description Debit Credit General Fund - Fund Balance $590,000.00 Description Signed:of Q/ i ancial Ap roval: Finance r Signed: Administra ive Approval: City Manager Signed: City Council Approval: City Clerk $590,000.00 /19-30—/ Date t'�Y t� 11a Date Date Description Division Number 7013 General Fund - Capital Street Projects Account Number C2002063 Balboa Blvd. Landscaping Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed:of Q/ i ancial Ap roval: Finance r Signed: Administra ive Approval: City Manager Signed: City Council Approval: City Clerk $590,000.00 /19-30—/ Date t'�Y t� 11a Date Date