Loading...
HomeMy WebLinkAboutC-5583(A) - Dover Drive and Westcliff Drive Rehabilitation Project ContractMarch 22, 2017 All American Asphalt, Inc. Attn: Robert Bradley, Vice President 400 E. Sixth Street Corona, CA 92879 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.gov Subject: Dover Drive and Westcliff Drive Rehabilitation — C -5583(A) Dear Mr. Bradley: On March 22, 2016, 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 March 29, 2016 Reference No. 2016000130152. The Surety for the contract is Fidelity and Deposit Company of Maryland and the bond number is 7644679. Enclosed is the Faithful Performance Bond. Sincerely, Leilanl I. Brown, MMC City Clerk Enclosure Premium 'or contract term and is subject to adjustor ased on final contract price Executed in 2 Counterparts EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 7644679 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 13,009.00 , being at the rate of $ 3.95 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consisting of distributing construction notices to existing businesses and residents, construction surveying, removing existing sidewalk, curb and gutter, driveways, asphalt concrete pavement, off-site improvements and restoration, planting, clearing and grubbing, and construction of new PCC sidewalk, PCC curb, PCC curb and gutter, PCC access ramps, PCC driveways, asphalt concrete pavement overlay, asphalt concrete pavement, pavement delineation, traffic signal modifications, installing landscaping, tree root barriers and irrigation, plant establishment, and other incidental items of work 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 Fidelity and Deposit Company of Maryland , 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 Three Million Two Hundred Ninety Three Thousand Two Hundred Ninety Three and 001700 Dollars ($3,293,293.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. All American Asphalt, Inc. Page B-1 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. 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 11th day of May 12015 . All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety (213)270-0600 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE L— Authorized Signature/T!'tle MtcHac\ 4argas,Secriko `y �.��• �� t► •M)TR; . • I M-7111 Rebecca Haas -Bates, Attorney -in -Fact Print Name and Title Aa?ofi C. Harp W t,t(231 IS City Attorney rAM dS'11311S- NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED All American Asphalt, Inc. Page B-2 "Please See Attached`* ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt, Inc. Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulnes& accuracy, or validity of that document. State of California County of Riverside On 5/12/2015 before me, Donna Thorne, Notary Public Date Hero Insarl name and Title of the officer personally appeared Michael Farkas Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(&) Ware subscribed to the within instrument and acknowledged to me that helshekhey executed the same in his:'^.,e.,"..,�^'• authorized capacity(ies), and that by hisfheFAheir GONNA THORNE signature(s) on the instrument the person(s), or the entity upon behalf Commission # 2067768 of which the person(s) acted, executed the instrument. '-m Notary Public •California i I certify under PENALTY OF PERJURY under the laws of the Stale of z Riverside County D M Comm. Expires Jun 7, 2018 California that the forgoing paragraph is true and correct. WITNESS my � hand and official seal. Signature A/ r/ / L!x a Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance Bond No. 7644679 Document Date: 05/11/2015 Number of Pages Three (3) Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(les) Claimed by Signer(&) Signer's Name: Michael Farkas Signer's Name: o Individual ❑ Individual X Corporate Officer—Title(s): Secretary ❑ Partner ❑ ❑ Limited o General ❑ Attorney in Fact ❑Trustee - Top or thumb here ❑ Other: Signer is Representing: ❑ Corporate Officer — Title(s): _ ❑ Partner ❑ o Limited o General ❑ Attorney in Fact ❑ Trustee o Other: Signer is Representing: Top of thumb here CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 111,111 A notary public or other officer completing this certificate verifies only identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On 05/11/2015 before me, R. Paramo, Notary Public Date Here Insert Name and idle of the Officer personally appeared Rebecca Haas -Bates Name(*of Signer(* who proved to me on the basis of satisfactory evidence to be the persons} whose name* is/wre subscribed to the within instrument and acknowledged to me that Wshe/they executed the same in hrelherAlwk authorized capacity(reo, and that by his(her/their signatut-04on the instrument the person(* or the entity upon behalf of which the persons) acted, executed the instrument. -------------------- R. PARAs1O Commission i 2035890 Z Notary Puti io - California Orange County Comm. ices A 5.2017 ~ I certify under PENALTY OF PERJURY under the laws of the State of Ca!ifomia that the foregoing paragraph Public Place Notary Seat Above OPT/ANAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Performance Bond No. 7644679 Document Date: 05/11/2015 Number of Pages: Three 3 Signer(s) Other Than Named. Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual Cd Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: R t • . .. 1 . . . .. . as • :rt r ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint William SYRKIN,-Rebecca HAAS -BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine, California, EACH its tme and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,. Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 15th day of January, A.D. 2013. ATTEST: BY Secretary Eric D. Barnes ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND � ♦a ee�ai a",�tt�mm w: Vice President Thomas O. McClellan State of Maryland County of Baltimore On this 15th day of January, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swam, deposeth and saith, that hefshe is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA -F 012-0033D EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN STI O HEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this/WC o��, 20r,�7 ��' 86AL * >� )4 � 4 Geoffrey Delisio, Vice President CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC June 2, 2016 All American Asphalt, Inc. Attn: Robert Bradley, Vice President 400 E. Sixth Street Corona, CA 92879 Subject: Dover Drive and Westcliff Drive Rehabilitation - C -5583(A) Dear Mr. Bradley: On March 22, 2016, 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 March 29, 2016, Reference No. 2016000130152. The Surety for the bond is Fidelity and Deposit Company of Maryland and the bond number is 7644679. Enclosed is the Labor & Materials Payment Bond. Sincerely, h PJ-- 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 9 www.newportbeachca.gov P, '•im included in Performance Bond Ea._ .,,ted in 2 Counterparts CITY OF NEWPORT BEACH BOND NO. 7644679 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consisting of distributing construction notices to existing businesses and residents, construction surveying, removing existing sidewalk, curb and gutter, driveways, asphalt concrete pavement, off-site improvements and restoration, planting, clearing and grubbing, and construction of new PCC sidewalk, PCC curb, PCC curb and gutter, PCC access ramps, PCC driveways, asphalt concrete pavement overlay, asphalt concrete pavement, pavement delineation, traffic signal modifications, installing landscaping, tree root barriers and irrigation, plant establishment, and other incidental items of work 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, Fidelity and Deposit Company of Maryland 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 Three Million Two Hundred Ninety Three Thousand Two Hundred Ninety Three and 001100 Dollars ($3,293,293.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce All American Asphalt, Inc. Page A-1 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. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 11th day of May —,2015 . All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety (213)270-0600 Telephone , C:)L— Authorized Ignature/Title i�•G'rWL\ }Dr`FAS,Sct.•tkary Rebecca Haas -Bates, Attorney -in -Fact Print Name and Title APPROVED AS TO FORM: CITY AT R E 'S OFFICE Date: Aa C. Harp W ( zj 1�5 City Attorney (AM oSIml IT NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED All American Asphalt, Inc. Page A-2 "Please See Attached" ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt, Inc. Page A-3 CALIFORNIA ALL-PUkPOSE ACKNOWLEDGEMENT CIVIL CODE 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv. or validity of that document. State of California County of Riverside On 5/12/2015 before me, Donna Thorne. Notary Public , Date Here Insert name and Tftle of the Officer personally appeared Michael Farkas Name(s) of Signerts) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/heFltheir authorized capacity(ies), and that by hislherltheir DONNA THORNE t signature(s) on the instrument the person(&), or the entity upon behalf commission # 2067768 L of which the person(&) acted, executed the instrument. z 010V Notary Public - California i Z Riverside County = I certify under PENALTY OF PERJURY under the laws of the State of My Comm. Expires Jun 7, 2018 California that the forgoing paragraph is true and correct. WITNESS my hand and official seal. Signature Place Notary Seal Above SignaWre of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Payment Bond No. 7644679 Document Date: 05/11/2015 Number of Pages Three (3) Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(iee) Claimed by Signer(e) Signer's Name: Michael Farkas Signer's Name: D Individual D Individual XCorporate Officer —Title(&): Secretary D Partner E D Limited o General D Attorney in Fact D Trustee D Other: Signer is Representing: o Corporate Officer — Title(s): _ D Partner o o Limited o General D Attorney in Fact Top of Thumb here D Trustee D Other: Signer is Representing: Top of Thumb here CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 05/11/2015 before me, R. Paramo, Notary Public Date Here Insert Name and Title of the Officer personalty appeared Rebecca Haas -Bates Name*of Signer('srt who proved to me on the basis of satisfactory evidence to be the persons} whose name4 is/m subscribed to the within instrument and acknowledged to me that He/she/they executed the same in his/herAheir authorized capacity(*, and that by hic(her/their signature(4on the instrument the person(, or the entity upon behalf of which the personK acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of�?ae Sf fe G31ife is that the foregoing paragraph FNR. PARAMO i � an co t: Commission 2035890 z WITNESS my hand nd ici Ise Notary Public - California z ZOrange County M Comm. E Tres Aug5 20171 Sig Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond No. 7644679 Document Date: 05/11/2015 Number of Pages: Three (3) Signers) Other Than Named Above: All American Asphalt Capac•Ity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual Q Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: _ O 1 • • • • • • • r :11 • :11 #001 •1 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint William SYRKIN, Rebecca HAAS -BATES, Sergio D. BECHARA and Richard ADAM all of Irvine, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said -Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 15th day of January, A.D. 2013. ATTEST: 2),/11 ` ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND oks-.06"i1i e•�W54M, - 7Wa { Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland County of Baltimore On this 15th day of January, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duty commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me, duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written POA -F 012-0033D .nnua`` Constance A. Dunn, Notary Public - My Commission Expires: July 14, 2015 POA -F 012-0033D EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may,.by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereuunn o subscribed my name and affixed the corporate seals of the said Companies, this�gday of �, fya.• on'ay ` F 16 ♦ tie (�` i 4 4 Geoffrey Delisio, Vice President RECORDING REQUESTED BY ANC WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder NO FEE *$ R 0 0 0 8 2 5 3 8 1 6$ 2016000130152 9:03 am 03129116 9 410 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "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 All American Asphalt, Inc. of Corona, California, as Contractor, entered into a Contract on April 29, 2015. Said Contract set forth certain improvements, as follows: Dover Drive and Westcliff Drive Rehabilitation - C -5583(A) Work on said Contract was completed, and was found to be acceptable on March 22, 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. BY 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 vv� , at Newport Beach, BY City Clerk o�'Fo RWtA California. c-� se 7.0 E5 M f`T-1 C—) rn i� March 23, 2016 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 CITY OF NEWPORT BEACH CITY CLERK'S OFFICE Leilani Brown, MMC RE: Notice of Completion for the following projects: • Water Main Replacement Project - Contract No. 4920 • Dover Drive and Westcliff Drive Rehabilitation — Contract No. 5583(A) Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincerely, hplw� �4"V W 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 Civjc 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 All American Asphalt, Inc. of Corona, California, as Contractor, entered into a Contract on April 29, 2015. Said Contract set forth certain improvements, as follows: Dover Drive and Westcliff Drive Rehabilitation - C -5583(A) Work on said Contract was completed, and was found to be acceptable on March 22, 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. 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. (r Executed on �� I�GU o �Y at Newport Beach, California. P- CITY OF NEWPORT BEACH FoP City Council Staff Report March 22, 2016 Agenda Item No. 5 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Patrick Arciniega, Senior Civil Engineer, parciniega@newportbeachca.gov PHONE: 949-644-3347 TITLE: Dover Drive and Westcliff Drive Rehabilitation — Notice of Completion and Acceptance of Contract No. 5583(A) ABSTRACT: On April 28, 2015, City Council awarded Contract No. 5583(A) (CAP14-0011), Dover Drive and Westcliff Drive Street Rehabilitation to All American Asphalt (AAA) for a total contract cost of $3,293,293.00 plus contingency allowance. The required work is now complete and staff requests City Council acceptance and contract close out. RECOMMENDATIONS: 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; and c) Release the Faithful Performance Bond one year after acceptance by the City Council. FUNDING REQUIREMENTS: The current adopted FY 2015-2016 Capital Improvement Program Budget included sufficient funding for this project. 5-1 DISCUSSION: Dover Drive and Westcliff Drive Rehabilitation — Notice of Completion and Acceptance of Contract No. 5583(A) March 22, 2016 Page 2 Overall Contract Cost/Time Summary Awarded Final Cost at Contingency Actual % Due to % Due to Contract Amount Completion Allowance Contract Directed Unforeseen Change Change Change $3,293,293.00 $3,725,724.00 17% or less 13.1% 7.9% 5.2% Allowed Contract Time plus 121 Actual Time 0 Approved Extensions (days) = Under (-) or Over (+) 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: $3,293,293.00 $3,379,361.00 $346,363.00 $3,725,724.00 This project called for pavement grinding, pavement rehabilitation and other street improvements on Dover Drive from East Coast Highway to Irvine Boulevard, and on Westcliff Drive from Irvine Avenue to Dover Drive. Additionally, the Dover Drive landscaped medians from East Coast Highway to Westcliff Drive were rebuilt and landscaped with colorful native and drought -tolerant plants, four older traffic signals were upgraded and a deteriorated storm drain line was relined. A new smart -irrigation system was installed to provide irrigation to plants that uses substantially less water than the system it replaced. No landscape and irrigation work was performed for Westcliff Drive medians as they were rehabilitated several years ago. Additionally, it should be noted that the Orange County Sanitation District (OCSD) contributed $633,000.00 toward this street project as part of its sewer main in Dover Drive. During the construction of the Dover/Westcliff project, City staff identified an opportunity to address another street item of need. The alley off 15th Street on the Peninsula, that would soon serve as one of two main access points to the soon -to -open Marina Park, needed to be reconstructed before the Park opened in December 2015. While the current 15th Street and Balboa Boulevard Revitalization project included funding for this alley work, the 15th Street and Balboa Boulevard Revitalization project was now scheduled to start construction around the time the Marina Park project was going to be completed and the new alley entrance needed to be open for use (due to Marina Park coming four months ahead of schedule). Given All American Asphalt's favorable unit pricing for the Dover Drive Contract, staff approached AAA to provide a cost estimate to reconstruct the 15th Street alley through a change order. The pricing was good so 5-2 Dover Drive and Westcliff Drive Rehabilitation — Notice of Completion and Acceptance of Contract No. 5583(A) March 22, 2016 Page 3 direction was given to AAA to perform the alley work while at the same time the work (and cost) was removed from the 15th Street and Balboa Boulevard Revitalization project scope. Additionally as part of this project, the City asked AAA to install flashing crosswalk beacons at Westcliff Drive and Buckingham Lane and at Rutland Road. Costs to complete the 15th Street alley work and install lighted crosswalks beacons on Westcliff Drive were expensed to existing project budget. Other contract change orders were issued for additional storm drain system work discovered during the excavation process, additional landscaping, retaining wall, traffic signal and parking lot work not originally envisioned during the design, and modifications to the work hours during the traffic signal and landscaping construction to reduce traffic impacts. Due to the addition of these change orders, along with the quantity adjustments to Contract 5583, the City Council approved additional contingency funding over the base contract value at its January 26, 2016 meeting. With final quantities and this closeout of Contract No. 5583, actual expenses are 13.1 percent over the original contract value. A summary of the project schedule is as follows: Estimated Completion Date Per 2015 Baseline Schedule October 16, 2015 Project Awarded for Construction April 28, 2015 Contract Completion Date With Approved Extensions November 19, 2015 Actual Substantial Construction Completion Date November 19, 2015 The project, including all street paving, median landscaping and change order work was substantially complete as of November 19, 2015. ENVIRONMENTAL REVIEW: On April 28, 2015 the City Council found this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 Class 1(c) (existing facilities) 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: This 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: Attachment A — Location Map 5-3 COAST HWY DOVER AND WESTCLIFF DRIVE PAVEMENT REHABILITATION A N.T.S. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5583 5-4 CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 until 10:00 AM on the 25th day of March 2015 at which time such bids shall be opened and read for Contract No. 5583(A) $ 3,300,000.00 Engineer's Estimate Approved by Mak Vukojevlc City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Mouse Graphics at (949) 548-5571 Located at 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" and "C-27" For further information, call Patrick Arciniega, Project Manager at (949) 644-3347 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.NewportBeachCA.,qov CLICK: Online Services / Bids, RFPs and Vendor Registration �Mtf = �Rjllv kyjArTli'm ZMAIMORMEM 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 LABOR AND MATERIALS PAYMENT BOND .... ........... ..................... EXHIBIT -A FAITHFUL PERFORMANCE BOND ........... _ ... ........... ................ ........... . EXHIBIT -B INSURANCE REQUIREMENTS .......... _ .... ............ ..... ­ ........ _ ... _ ......... EXHIBIT -C PROPOSAL...... ................. ......... .............................. ................ ....... ......... PR -1 SPECIAL PROVISIONS... .................. _ ..... __ ............ ..... _ ...... .............. ....... _SP -1 2 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. 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 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code – including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. 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". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after (March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. A, 4 C,-Vz- Contractor's License No. & Classification \ Unc)c � Os \ 1P,-50 67 DIR Reference Number & Expiration Date Bidder uthonzed Signatureae�— _ �i2v�ES Date S Bid Bond No. 08597423 Bid Date: 03/25/2015 City of Newport Beach lue-ITAgal aw 11. Contract No. 5583(A) We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Total Bid Amount Dollars ($ 10% of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of DOVER DRIVE AND WESTCLIFF DRIVE REHABILITATION, Contract No. 5583(A) in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 16th day of March 2015, All American Asphalt Name of Contractor (Principal) Fidelity and Deposit C2Mmy of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900 Los Angeles, CA 90017 Address of Surety (213)270-0600 Telephone Rebecca Haas -Bates Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & SuretV must be attached) "Please See Attached" ACKNOWLEDGMENT ......... .....................a.............. a ....... v....•......•.. a s.....••r State of California County of )Ss. On before me, Public, personally appeared Notary proved to me on the basis of satisfactory evidence to be the persons) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (sea:) .............................................................................., OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Thumbprint of Signer Capacity of Signer: Check here if Trustee no thumbprint Power of Attorney or fingerprint CEO/CFO/COO is available. President / Vice -President / Secretary I Treasurer Other: Other Information: A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness_ accuracy or validitv of that document State of California County of Riverside On 3/20/2015 before me, Rebecca Angela Parra Notary Public Date Here Insert name and Title of the Officer personally appeared Robert Bradley. Name(s) of Signer(s) REBECCA ANGELA PARKA �'• Commission 2024944 Notary Public - California Riverside County Comb. Ea Los RAa 17, 2017 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/hegtheir authorized capacity(ies), and that by his/hPF4heir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my had d officia�t. Signature/�rj Place Notary seal Above rgnatu of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bid Bond— City of Newport Beach Document Date: 3/16/2015 Number of Pages: Two (2) Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(tes) Claimed by Signer(s) Signer's Name: Robert Bradley o Individual X Corporate Officer—Title(s): Vice President o Partner ❑ o Limited o General o Attorney in Fact o Trustee o Other: Signer is Representing: Top of thumb here Signer's Name: o Individual o Corporate Officer — Title(s): — o Partner ❑ o Limited o General o Attorney in Fact o Trustee o Other: Signer is Representing: Top of thumb here CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 a .G�..w•.w..+,<.� .. ...... , At.�.. .•.w ..' • .�. G., s..a .G� w .. a :� .n<.s.. w a\ .�. As.a .a .a . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 3/16/2015 before me, R. Paramo, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Name*of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons} whose name(t* is/are subscribed to the within instrument and acknowledged to me that Wshe/they executed the same in hislher/their authorized capacity), and that by hie(her/their signatureZ5*on the instrument the person{*„ or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State ofCalifornia that the foregoing paragraph is true andcorrart. wyrtvkSS my han"nd officia eal. R. PARAMO (\` rte "\ Commission 2035890 `� Notary public - California Sign Orange County Signature of Notary Public M Comm. Ex ices Au 5, 2017 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 03/16/2015 Number of Pages: Two 2 Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Sates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited 0 General i J Individual li? Attorney in Fact O Trustee ❑ Guardian or Conservator Other: Signer Is Representing: Fidelity and Deposit Compan of Maryland Signer's Name: El Corporate Officer — Title(s): ❑ Partner — [A Limited ❑ General ❑ Individual 0 Attorney in Fact ❑ Trustee O Guardian or Conservator ❑ Other: Signer Is Representing: ��G`.G aG\.: '�'.�'ti.{'tj �\ GG,�.'y' vG\✓0. 4C_ G` m4i.� .{ EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: 'That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIM jY WHEREOF, I have hggreunto subscribed my name and affixed the corporate seals of the said Companies, this & day ,2011, ur is 1`0: 86AL Ul tppe ,p7 �&A 44,0 - Geoffrey Delisio, Vice President City of Newport Beach DOVER DRIVE AND WESTCLIFF DRIVE REHABILITATION Contract No. 5583(A) 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 °io of Number Total Bid Name: ��L��L�p-� Address: ` i � ` VI(AV -St Phone: n��tkAtv�V A4 _1tJA-tui)AAL4)T EYVAuj_t on V State License Number: 00Ouv2a, DIR Reference: t 00000 00004 Email Address: Name: 4 L® Jt �G�4f Address: , � C^ )Ak.�_ky' Pj-v� "t 4W_4;1- `W_ Phone:cV\' Yi 0 Phone: at-v54;/-•0 State License Number: —1175` DIRReference: tar? "tQ"EJ Email Address: Name: p� ,�A N4J Address: i Y1 �� Phone: t • B�y�p���� State License Number: qy llu%V DIR Reference:!�� \ Email Address v Bidder �— %d SSignature/Title. 8 M ORVARMOMMMiIIII Contract No. 5583(A) 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 % of Number Total Bid Name: \J d/ G —` Address:1PDXt4?I% -t'YM, YtiPViAval OvAylrvCA Phone:,,\A pgok-1 ®fin State License Number: 155 bU DIR Reference: ® bbd®o \l-;�1,[ Email Address: Name: P x! i1 Aw Address:. O VW\ Phone: 'I Vl 'OUKr"t AI 00 _ U s State License Number: `Sm 134A DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address Bidder Au orized Si 8 gnaturelTit c3 �ck lade �V, 2� Bidder's Name 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 `�n\cce� Project Description �\ CC, t \ n i�j n�iov Approximate Construction Dates:\ From �J�204h To: ��12Eit�1 Agency Name � 1 Contact Person �'J"y \f\A6imata Telephone (-gig() Up ]_S bi Original Contract Amount $ S Final Contract Amount $toaS1oN15 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. 2 Project Name/Number Project Description��� 1�r=„c�ati�y Approximate Construction Dates: From '9' q b Agency Name Contact Person ' �ti�a�t� Telephone bjpj) '2,�sj-'i HY4 Original Contract Amount $ gg = Final Contract Amounto- 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. M No. 3 —� Project Name/Number Project Description Approximate Construction Dates: From _2S To: Ukl) Agency Name Contact Person 144oA \ A,1 f�_Telephone o�,l )'hbj -iggb i Original Contract Amount $-1JJQLQ0-Final Contract Amount $ ?0,000, — 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. WE No. 4 Project Name/Number Project Description ffp�cCP,� Approximate Construction Dates: From `r; I uu' Agency Name Contact Perso Original Contract Amount $�•pg��g_Final Contract Amount $_I,- If final amount is different from original, please explain (change orders, extra work, etc.) M 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 No. 5 Project Name/Number Project Description M Approximate Construction Dates: From a u i %) To: ! %Yj i Agency Name I I Contact Person 4( Loo Telephone (fro) Original Contract Amount QnOb Final Contract Amount $_2 `�70 inn 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. M 11 No. 6 Project Name/Number 20\�rRCYXU Ya ` t Ct \if SRCha r� Project Descriptionrr mf€� Approximate Construction Dates: From To: t�1�iE4 Agency Name �� Contact Person `La Telephone (tea) 2%3 -`lib Original Contract Amount $0Paj0Q0 Final Contract Amount $ nt2,00 D 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. Attach additional sheets if necessary. Attach to this .: . .. Superintendent - General Construction or on-site Construction Manager for the 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. on N iE► P.O. Box 2229, Corona, CA 92878-2229 A , M Work History 1988—Present All American Asphalt Corona, CA Paving Superintendent • Managed daily operations for paving. • Responsible for proper placement of asphalt materials. 1980-1988 Operating Engineer • Responsible for daily maintenance and operation of various heavy machinery, including paving machines. 1978-1980 Guy F. Atkinson California Operating Engineer • Responsible for daily maintenance and operation of various heavy machinery, including paving machines. 1976-1978 R.J. Noble Orange, CA Operating Engineer • Responsible for daily maintenance and operation of various heavy machinery, including paving machines. "2014" PAST WORK REFERENCES City of Fullerton 303 W. Commonwealth Ave Fullerton, CA 92832 Contract: Kevin Kwak, (714) 738-6865 Port of Long Beach 4801 Airport Plaza Drive Long Beach, CA 90815 Contact: Lincoln Lo, (562) 283-7000 City of Beverly Hills 455 N. Rexford Drive Beverly Hills, CA 90210 Contact: Mark Cueno, (310) 285-2557 City of lurupa Valley 12363 Limonite Ave Riverside, CA 92507 Contact: Michael Myers, (951) 332-6464 City of Santa Ana 20 Civic Center Santa Ana, CA 92701 Contact: Kurt Weimann, (714) 647-5639 Yorba Linda Blvd Reconstruction Contract Amount: $1,346,000.00 Start: 7/2014 Completed: 11/2014 2013 Roadway Maintenance and Slurry Contract Amount: $992,000.00 Start: 6/2014 Completed: 10/2014 2012-2013 Street Resurfacing Contract Amount: $2,970,000 Start: 7/2013 Completed: 5/2014 2012-13 Pavement Rehabilitation Contract Amount: $970,000 Start: 5/2013 Completed: 12/2013 Bristol Street Rehabilitation Contract Amount: $6,951,475 Start: 3/2013 Completed: 12/2014 4{M 13" PAST WORK REFERENCES Department of Transportation 3521 '!, University Dr Irvine CA 92612 Contract: Dat Pham, (949) 279-8586 City of Santa Clarita 23920 Valencia Blvd Santa Clarita CA 91355 Contact: Bill Whitlatch, (661) 259-2489 LACDP W 900 S Fremont Ave Alhambra, CA 91803 Contact: Hector Hernandez, (626) 458-2191 Department of Transportation 2023 Chicago Ave., B-6 Riverside, CA 92507 Contact: Michael Chen, (951) 830-6017 Route 74, Contract No. 12-OL6404 Contract Amount: $1,134,057 Start: 7/2012 Completed: 5/2013 2011/12 Overlay & Slurry Seal Program Contract Amount: $5,995,000 Start: 8/2012 Completed: 5/2013 Seventh Avenue Contract Amount: $2,077,000 Start: 9/2012 Completed: 12/2013 Route 74, Contract No. 08-OP9504 Contract Amount: $3,450,622 Start: 6/2012 Completed: 9/2013 City of Laguna Hills Citywide Pavement Rehabilitation 24035 El Toro Rd Contract Amount: $1,778,169 Laguna Hills, CA 92653 Start: 8/2012 Contact: Kenneth Rosenfield, (949) 707-2650 Completed: 9/2013 County of Riverside Transportation Gilman Springs Road 3525 14a' St Contract Amount: $1,695,108 Riverside, CA 92501 Start: 7/2013 Contact: Trai Nguyen, (951) 961-5363 Completed: 9/2013 ww�mg»• :- � State of California ) ) ss, County of Vc cue ) being first duly sworn, deposes and says that hem is �l'«e cdcs �Y k of &\ 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 foregoing is true and correct. Bidderhorized I nature/T" F�-ckaetk"F. ad\cyr�\mac enk Subscribed and sworn to (or affirmed) before me on this day 2015 by satisfactory to be the person(s) who I certify under PENALTY OF foregoing paragraph is true ant [SEAL] 13 on the basis of laws of the State of California that the Notary Public My Commission Expires: CALIFORNIA JURAT GOV CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 20th day of March , 2015 Date Month By (1) Robert Bradley Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) Me Signature �/ Place Notary Seal Above Signatur fNotary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document Non Collusion Affidavit Document Date: None Number of Pages: 1 Signers) Other Than Named Above: None REBECCA ANGELA PARRA Commission # 2024944 Watery Public •California z M Riverside County n Camm. Ex ices May 9 7, 2017 Subscribed and sworn to (or affirmed) before me on this 20th day of March , 2015 Date Month By (1) Robert Bradley Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) Me Signature �/ Place Notary Seal Above Signatur fNotary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document Non Collusion Affidavit Document Date: None Number of Pages: 1 Signers) Other Than Named Above: None KOITJA MIZA14MMI AM "01 Bidder's name_\\ Z�r�� 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): Qidder's Name Record Last Five (5) Full Years Current Year of Record The inTormation 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 Record Record Record Record Year of for for for for for Record 2014 2013 2012 2011 2010Total 2015 No. of contracts Total dollar Amount of Contracts y S o (in Thousands of $ ���� �al0 $ N rV wti a,\V No. of fatalities No. of lost Workday Cases -tr No. of lost workday cases involving permanent transfer to another job or termination of S R em to ment The inTormation 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 On July 22, 2012, All American Asphalt employees were replacing concrete panels on the 405 freeway in Torrance. Around 3:35am two drunk drivers entered our work zone and fatality wounded two of our employees. We were informed both drivers tested positive for alcohol beyond the legal limit. The CHP advised on television that our work zone was well lit and that our traffic control was set in place according to plan. Cal OSHA is investigating and has up to six months to complete their investigation. Please let me know if you have any questions. You may call me at 909-815- 8404 or e-mail me at brpeasel(a)msn com if you have any questions. Sincerely, Bryan Pease Consultant To whom it may concern: On May 28, 2010 All American Asphalt filed a death claim wit --_ workers` comp carrier. A brief description is listed below. An employee working at our Pacoima asphalt plant was operating_ a scissor lift Inside the tunnel. He was raising himself to an area In the tunnel where pigeons were living. The employee was going to clear the area in order to keep these birds out of the plant. While raising himself to the area, our employee suffered health problems. The employee was found pinned between a beam in the tunnel and the control panel on the lift. He passed away upon arrival to the emergency roorrr.- Cal OSHA enforcement as well as an investigator from the Bureau of Investigations carne out. No charges were flied from the bureau. Two minor paperwork citations were given to All American Asphalt. We appealed them and got the citations reduced to "Notice Only" with no fine. Please call me at 909-815-8404 if you have any questions. On behalf of All American Asphalt, Sincerely, Legal Business Name of Bidder (0\14\ o Business Address: rte. SC l�Mck. Business Tel. No..- State o.:State Contractor's License No. and Classification: sLin ib 0h-___ Title e�\ce�res�k 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. Signatures ^f bi+ Signatui bi( Signatw„ �, bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. 16 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv. or validity of that document. State of California County of Riverside On 3/20/2015 before me, Rebecca Angela Parra, Notary Public Date Here Insert name and Title of the macer personally appeared Robert Bradley and Michael Farkas Name(s) of Signers) _ REBECCA ANGELA PARKA Commission # 2020944 Rotary Public - California Riverside county s M Comm. Ex fres Ma 17, 2017 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/he4their authorized capacity(ies), and that by hislher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my�Z�aofficial se I.Signatu Place Notary Seal Above Signab a of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bid Proposal (Page 16) Document Date: 03/20/2015 Number of Pages: One 1) Signer(s) Other Than Named Above: None Capacity(les) Claimed by Signer(s) Signer's Name: Robert Bradley o Individual X Corporate Officer—Title(s): Vice President o Partner G o Limited o General o Attorney in Fact n TrusteeI Top of thumb here o Other: Signer is Representing: Signer's Name: Michael Farkas o Individual X Corporate Officer—Title(s): Secretary o Partner L o Limited o General o Attorney in Fact ' o Trustee o Other: is Representing: of thumb here Bidder's name The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: 17 OVER DRIVE AND WESTCLIFF DRIVE REHABILITATION CONTRACT N. 53O DATE: March 20, 2015 By: Assistant it '" gineer� TO. ALL PLANHOLDERS NOTICE • BIDDERS THE11A 6 ANW ) j1j,J6 . j 4 •'_ �. �' • i 1 . jj Monday March 23, 2015 the City of Newport Beach, via Mouse Graphics, will be sending out a corrected Bid Specifications Package as Addendum No. 2. is • • - • : • • t • j • t • 1- (: • • • • •... •. a ii I have carefully • this Addendum an• have included full payment in my Proposal. Bidder's Authorized Signature f \users\pbwlshared\contracts1fy14-15 current projects\200 -streets and drainage\c-5583 - dover dr., westcliff pavement rehab cap14-0011\addendum no.1 c- 5583(a).doc CONTRACT NO. t DATE: MarchBY:<a ) Public W46rks , . Please be advised that some bids sets produced and distributed may be missing certain portions of the Project Documents. This Addendum No. 2 provides those documents for reference & use. CONTRACT: Insert: The attached contract document after page 22 "Sample City Contract". These pages contain the sample contract language as well as Exhibit A — Labor and Materials Payment Bond, Exhibit — B Faithful Performance Bond and Exhibit — C Insurance Requirements. Insert: the attached Proposal (now marked "Addendum No. 2 Proposar' for reference) Bidders must sign this Addendum No. 2 and attach it to the bid proposal. No bid will be considered unless this signed Addendum is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Date uthorized Signai4r l fausers\pbw\shared\contracts\fy14-15 current projects\200 - streets and drainage\c-5583 - cover dr., westcliff pavement rehab cap 14-0011\addendum no.2 c - 5583(a) rr edits.coc t 's,• ;r. • 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: Business Address:t-\t,bV--• Telephone and Fax Number: (�- 1-l�,,r�t� California State Contractor's License No. and Class: 2icSi� ��C>t2 (REQUIRED AT TIME OF AWARD) Original Date Issued: \\\5PlV\\ Expiration Date: \\3��\,,p 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: 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 Corporation organized under the laws of the State ofa\tV\\D\ 0. The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 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; Briefly summarize the parties' claims and defenses; 7,J �A Have you ever had a contract terminated by the ownerfagency? If so, explain. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes 110 Ii' Are any claims or actions unresolved or outstanding? Yes /C9 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. REM (Print name of Owner or Prej�j_dent of .. _:. p ' • -d • - J1 Date On before me, appeared basis of satisfactory evidence to be the person(s) whose name(s is/< instrument and acknowledged to me that he/she/they executed th capacity(ies), and that by his/her/their signature(s) on the in tr e behalf of which the person(s) acted, executed the instrumen U I certify under PENALTY OF PERJURY under paragraph is true and correct. n ; tA- WITNESS my hand and official State My Commission Expires: 'E Notary Public, personally who proved to me on the ireesubscribed to the within rY6 in his/her/their authorized person(s), or the entity upon of the State of California that the foregoing (SEAL) 93, il 11*17 114,M4 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document. State of California County of Riverside On 3/20/2015 before me, Rebecca Angela Parra, Notary Public Date Here Insert name and Title of the Officer personally appeared Robert Bradley Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she" executed the same in 18"REBECCA APIGELA PARRA his/her/their authorized capacity(ies), and that by his/heritheir Co of A AN a A PAR 4 signature(s) on the instrument the person(s), or the entity upon behalf y ssionPubli- 2024Colifo44 of which the person(s) acted, executed the instrument. NOWRivenade County > • t 7 2017 I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my h d d official s a� Signature ,z Place Notary Seal Above ign�re o Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Information Required of Bidder Document Date: 3/20/2015 Number of Pages: Three(3) Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Robert Bradley ❑ Individual X Corporate Officer —Titie(s): Vice President ❑ Partner [-'o Limited o General ❑ Attorney in Fact ❑ Trustee Top of thumb here ❑ Other: Signer is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): _ ❑ Partner ti o Limited o General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: Top of thumb here 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 Certificates) 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 Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. 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 r• r= r r- • CONTRACT • THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 29th day of April, 2015 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and All American Asphalt, Inc., a California corporation ("Contractor'), whose address is 400 East Sixth Street, Corona, California 92879, and is made with reference to the following: 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: 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 concrete pavement, off-site improvements and restoration, planting, clearing and grubbing, and construction of new PCC sidewalk, PCC curb, PCC curb and gutter, PCC access ramps, PCC driveways, asphalt concrete pavement overlay, asphalt concrete pavement, pavement delineation, traffic signal modifications, installing landscaping, tree root barriers and irrigation, plant establishment, 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: 1. 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, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 5583(A), 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. ` —141617*i7 AY141 0 11 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 Three Million Two Hundred Ninety Three Thousand Two Hundred Ninety Three and 00/100 Dollars ($3,293,293.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Jerry LeBouef to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. All American Asphalt, Inc. Page 2 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 of seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Robert Bradley, Vice President All American Asphalt, Inc. 400 E. Sixth Street Corona, CA 92879 City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the All American Asphalt, Inc. Page 3 Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority' of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. nnllnffg.�� Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the All American Asphalt, Inc. Page 4 Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. ICIiiiiiiiiiiiiiiiar 4wINIoEclyefinei In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or All American Asphalt, Inc. Page 5 death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or 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). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence 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. 16.5 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. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. All American Asphalt, Inc. Page 6 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18, CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. it~ 11:4c7irill.I_r11115010 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this All American Asphalt, Inc. Page 7 Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee All American Asphalt, Inc. Page 8 or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] All American Asphalt, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATT RN Y'S OFFICE Date: By: Aaron C. Harp City Attorney a� ATTEST: Date: �.�y % B-1 By: Leilani I. Brown City Clerk "pz CITY OF NEWPORT BEACH, a California municipal corporation Date:-fj 5-Zc�l� By: Ed rd D. Selich Mayor CONTRACTOR: All American Asphalt, Inc., a California corporation Date: By: MD�K Lvcs V+se President Date: N\D\,1 By: C-1— Michael Farkas Secretary [END OF SIGNATURES] Attachments: Exhibit A - Labor and Materials Payment Bond Exhibit B - Faithful Performance Bond Exhibit C - Insurance Requirements All American Asphalt, Inc. Page 10 Premium included in Performance Bond Executed in 2 Counterparts CITY OF NEWPORT BEACH BOND NO. 7644679 WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consisting of distributing construction notices to existing businesses and residents, construction surveying, removing existing sidewalk, curb and gutter, driveways, asphalt concrete pavement, off-site improvements and restoration, planting, clearing and grubbing, and construction of new PCC sidewalk, PCC curb, PCC curb and gutter, PCC access ramps, PCC driveways, asphalt concrete pavement overlay, asphalt concrete pavement, pavement delineation, traffic signal modifications, installing landscaping, tree root barriers and irrigation, plant establishment, and other incidental items of work 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, Fidelity and Deposit Company of Maryland 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 Three Million Two Hundred Ninety Three Thousand Two Hundred Ninety Three and 00/100 Dollars ($3,293,293.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce All American Asphalt, Inc. Page A-1 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. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 11th day of May , 2015 , All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety (213)270-0600 Telephone Authorized rgnature/Title NMtLk�e\ ka�S,Scc�ekar+� Rebecca Haas -Bates, Attorney -in -Fact Print Name and Title APPROVED AS TO FORM: CITY AT R E 'S OFFICE Date: ,, //__ By: U � Aaron C. Harp t ut j Z3115 City Attorney 6 tm os113117 NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED All American Asphalt, Inc. Page A-2 "Please See Attached" A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person($) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt, Inc. Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached_ and not the truthfulness. accuracy or validity of that document State of California County of Riverside On 5/12/2015 before me, Donna Thorne, Notary Public Date Here Insert name and Title of the Officer personally appeared Michael Farkas Name(s) of Signers) i who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shekhey executed the same in his/her/theic authorized capacity(tes), and that by his/herkhe# DONNA THORNE signature(s) on the instrument the person(s), or the entity upon behalf ,. Ccmmission a/ 2067768 of which the persons) acted, executed the instrument. zl 5, Notary Pubic - California z Rk, Riverside County ' I certify under PENALTY OF PERJURY under the laws of the State of Pdy Comm. Expires Jon 1, 2018 California that the forgoing paragraph is true and correct. WITNESS my hand and official seal. Signature Place Notary Seal Above signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Payment Bond No. 7644679 Document Date: 05/11/2015 Number of Pages Three (3) Signers) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(ies) Claimed by Signer(s) Signer's Name: Michael Farkas Signer's Name: o Individual o Individual X Corporate Officer — Title(s): Secretary o Corporate Officer — Title(s): ❑ Partner Co Limited o General ❑ Partner ❑ o Limited o General o Attorney in Fact o Attorney in Fact o Trustee Top of numb here Top of thumb here o Trustee to Other: o Other: Signer is Representing` I I Signer is Representing: CALIFORNIA ALL-PURPOSE N • GCODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of Orange } On 05/11/2015 before me, R. Paramo, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Name*of Signer* who proved to me on the basis of satisfactory evidence to be the person* whose name(5 is/are subscribed to the within instrument and acknowledged to me that Wshelthey executed the same in his/her/their authorized capacity}, and that by his4hedtheir signatureZ4on the instrument the person(* or the entity upon behalf of which the persons) acted, executed the instrument. a Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of ate obf-Catiferoia that the foregoing paragraph WITNESS my Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond No. 7644679 Document Date: 05111/2015 Number of Pages: Three 3 Signer(s) Other Than Named Above: All American Asphalt capacity(ies) claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): r, Partner — O Limited 1_1 General El individual IiWtorney in Fact Ll Trustee 0 Guardian or Conservator C Other: Signer is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): Partner — ❑ Limited 0 General 0 Individual ❑ Attorney in Fact 0 Trustee G Guardian or Conservator J Other: Signer is Representing: 4'v - 'ei4�-'�f of 'iv.�✓(ty. ai4' v'\ �'. '✓ - L\`'�A:.4 v © 1 • • • • • • • • al I v:11 : x• •: •1 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint William SYRKIN, Rebecca HAAS -BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, sea] and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 15th day of January, A.D. 2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND g its �a _ iw �01 Iwof�r°r Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland _ County of Baltimore On this 15th day of January, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President' and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said offices of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July ]A, 2015 POA -F 012-0033D Premium is for contract term and is subject to adjustment based on final contract price Executed in 2. Counterparts CITY OF NEWPORT BEACH BOND NO. 7644679 FAITHFUL. PERFORMANCE BOND The premium charges on this Bond is $ 13,009.00 , being at the rate of $ 3.95 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consisting of distributing construction notices to existing businesses and residents, construction surveying, removing existing sidewalk, curb and gutter, driveways, asphalt concrete pavement, off-site improvements and restoration, planting, clearing and grubbing, and construction of new PCC sidewalk, PCC curb, PCC curb and gutter, PCC access ramps, PCC driveways, asphalt concrete pavement overlay, asphalt concrete pavement, pavement delineation, traffic signal modifications, installing landscaping, tree root barriers and irrigation, plant establishment, and other incidental items of work 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 Fidelity and Deposit Company of Maryland 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 Three Million Two Hundred Ninety Three Thousand Two Hundred Ninety Three and 00/100 Dollars ($3,293,293.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. All American Asphalt, Inc. Page B-1 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. 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 11th day of May 2015 . All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety (213)270-0600 Telephone APPROVED AS TO FORM: CITY Date: A,�` �E-)'S OFFICE 0 Aai'ah C. Harp W u(Z'31 i� City Attorney OVA 6sitslIS- Authorized Signaturer tie Mic vG cASeLre � Rebecca Haas -Bates, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AMD SURETY MUST BE ATTACHED All American Asphalt, Inc. Page B-2 "Please See Attached" A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ? ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt, Inc. Page B-3 • \ • ALL-PURPOSE ....•' ACKNOWLEDGEMENT CIVIL CODE 1189 A notary public or other officer completing this certificate versifies only the identity of the individual who signed the document to which this certificate is attached_ and not the truthfulness_ accuracy. or validity of that document. State of California County of Riverside On 5/12/2015 before me, Donna Thorne, Notary Public Date Here Insert name and Title of the Officer personally appeared Michael Farkas Name(s) of Signer(a) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Were subscribed to the within instrument and acknowledged to me that he/shefthey executed the same in his/helthek authorized capacity(ies), and that by his/herltheir signature(s) on the instrument the person(s), or the entity upon behalf DONNA TNORNE of which the person(s) acted, executed the instrument. " 2 Commission # 2067768 �., Notary Public • California z Z ` Riverside County I certify under PENALTY OF PERJURY under the laws of the State of My Comm. Expires Jun 7, 2018 California that the forgoing paragraph is true and correct. WITNESS my hand and official seat. Signature ZL2a "-Z_ Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance Bond No. 7644679 Document Date: 05/11/2015 Number of Pages Three (3) Signer(a) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(ies) Claimed by Signer(s) Signers Name: Michael Farkas o Individual X Corporate Officer —Title(&): Secretary o Partner D o Limited o General o Attorney in Fact o Trustee Top of thumb here o Other: Signer is Representing: Signers Name: o Individual o Corporate Officer — Title(s): _ o Partner i, o Limited o General o Attorney in Fact E) Trustee o Other: Signer is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Oy..; § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of Orange On 05/11/2015 before me R. Paramo, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Name*of SignerT* who proved to me on the basis of satisfactory evidence to be the persons} whose name(4 islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hielher/thaip authorized capacity*, and that by hir/herlfhsir signature�*on the instrument the person*, or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph rr v Nil 1 '� ,: ,• Place Notary Seal Above OPTIONAL, Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of .Attached Document Title or Type of Document: Performance Bond No. 7644679 Document Date: 05/11/2015 Number of Pages: 'Three 3 Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates El Corporate Officer — Title(s): ❑ Partner — 0 Limited ❑ General U Individual 2Attorney in Fact L) Trustee a Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company ofMaryland Signer's Name: C_l Corporate Officer — Title(s): ❑ Partner — iI Limited ❑ General El Individual 0 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator El Other: Signer Is Representing: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint William SYRKIN, Rebecca HAAS -BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine, California, EACH its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 15th day of January, A.D. 2013. ATTEST: M ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ��7µwtrr�,4� ''a outs`` s^Ni uisy"'4: g nw i -s :'oa � of •,` 44>, � 0 �,Y Secretary Vice President Eric D. Barnes Thomas O, McClellan State of Maryland County of Baltimore On this 15th day of January, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written wwg, 3 POA -F 012-0033D 0 °0�%,'''' 2"o,", Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA -F 012-0033D INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an All American Asphalt, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed All American Asphalt, Inc. Page C-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a All American Asphalt, Inc. Page C-3 self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. All American Asphalt, Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 5/6/15 Dept./Contact Received From: Raymund Date Completed: 5/6/15 Sent to: Raymund By: Chris Company/Person required to have certificate: All American Asphalt Type of contract: All Others L GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 8/1/14-8/1/15 A. INSURANCE COMPANY: Arch Specialty Ins Co B. AM BEST RATING (A-: VII or greater): A+:IX C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes N No D. LIMITS (Must be $1M 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 (What is limits provided?) include): Is it included? (completed Operations status does F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND G. HIRED AND NON -OWNED AUTO ONLY: COMPLETED OPERATIONS ENDORSEMENT (completed H. NOTICE OF CANCELLATION: 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? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® 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 N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 8/1/14-8/1/15 A. INSURANCE COMPANY: Zurich American Insurance Company 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 $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 2,000,000 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 23 Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 8/1/14-8/1/15 A. INSURANCE COMPANY: Zurich American Insurance Company B. AM BEST RATING (A-: VII or greater): A+:XV C. ADMITTED Company (Must be California Admitted): M Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory M Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? M Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: M N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A M Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY M N/A ❑ Yes ❑ No V POLLUTION LIABILITY M N/A ❑ Yes ❑ No V BUILDERS RISK /t ■ ■ HAVE ALL ABOVE REQUIREMENTS BEEN MET? M Yes ❑ No IF NO WHICH ITEMS NEED TO BE COMPLETED? Approved: Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 5/6/15 Date 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: RM approval needed for non -admitted status of general liability carrier. Approved by Sheri 12-23-13. Sheri approves elimination of builder's risk requirement 12-23-13 Approved: Risk Management Date * Subject to the terms of the contract. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM No. 2 PROPOSAL DOVER DRIVE AND WESTCLIFF DRIVE REHABILITATION CONTRACT NO. C -5583(A) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. C -5583(A) 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 AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. Lump Sum Mobilization Dollllars M'° and Cents $ ��` $ b` Per Lump Sum 2. Lump Sum Traffic Control fd(Ayk� and dents $ `� 0® $ 0 Per Lump Sum 3. Lump Sum Surveying Services Sr`��S�v4Dollars and Cents Per Lump Sum $ hD0 " $ 9)0b00- 4. Lump Sum Storm Water Pollution Control Program �1111111LAV"Y Dollars and Cents $ X100" $ Per Lump Sum PR2of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. Lump Sum Clear and Grub @ Y IIA&Dollars 4k1_ � 1Y�and $ < $ _ o Lt Per Lump Sum 6. 9 EA Remove1���'®®1(Tree ( { '( k4llars and Cents $ 0= $ 2 Per Each 7. 4,300 SF Roadway Excavation/Unclassified Excavation — Pavement Repair Digouts @ MIJ Dollars and Cents $ 0 $�j� (cl_ Per Square Foot 8. 40,000 SF Roadway Excavation/Unclassified Excavation — Dover Dr Pavement Reconstruction @ Dollars and VA Cents Per Square Fo $ `10 pp�j.,py�ry $ U00000- t 9. 13,300 SF Remove PCC Sidewalk and Curb Ramps @� Dollars and _Cents oo $ 6 ° $ Per Square Root 10. 6,250 LF Remove PCC Curb @ Dollars and _ Cents of $ t ° ,i D c2, $ �4y Per Linear Fo t 11. 2,800 LF Remove PCC Curb and Gutter @ liytw ' Dollars and ® Cents $ �_ $ u " Per Linear Foot PR3of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. 4,300 SF Remove PCC Cross Gutter and Spandrel @ i 1 YAC Dollars and Cents $ ) $ ILP011 _ Per Square 13. 360 LF Remove PCC Longitudinal Gutter @ 4AY Dollarsand ®®�� //��, Cents $ 1 $ `t3 ny® Per Linear Foot 14. 18,400 SF Remove Median Paving @ Dollars and gg _Cents $ t"4;D $ lquoo— Per Square Floot 15. 3,800 SF Remove PCC Driveway Approach @ 4 Dollars �Wtand Vt hn14 Cents $ 'l'� - $ u - Per Square Foot 16. 2 EA Remove Curb Opening Catch Basin @MAt hUKdOz-Dollars and Cents $ 00- $ W00 - Per Each 17. Lump Sum Remove Overhead Sign Structure and Foundations @V,ieVU tpi( lAn Dollars and Cents $ 000— $ WC)— Per Lump Sum 18. 478,500 SF Cold Mill AC Pavement (2" max Depth) @ Dollars Cents $ $ uj 20 S `" Per Square Foot 21. 1,600 TN Construct Asphalt Concrete Pavement — Pavement Reconstruction A- Dollars and {n�� Per Ton Cents $ $ b®�® 22. 6,200 TN Construct ARHM Overlay (2" min Finish Course) Dollars and ' Cents $ U01r $ IZna�' Per Ton 23. 6,550 LF Construct 8" PCC Curb Type 'B' @ Dollarsand sI Cents $ /vow $ Per Linear Foot 24. 2,500 LF Construct PCC Curb & Gutter Type `A' (Variable Height) Dollarsand 4wy ��� Cents $ ��X ®J U $ Per LinearFoote 25. 6,700 SF Construct PCC Sidewalk Dollars and $ $ „ 6� G _Cents � Per Squard Foot PR4of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19. 2,000 CY Construct Aggregate Base ca) k4A l) Dollars and Cents ® $ I $ VOW) Per Cubic Yard 20. 200 TN Construct Asphalt Concrete Pavement — Pavement Repair Digouts @ Y Dollars and Cents $ 0® $ Lim)— Per Ton 21. 1,600 TN Construct Asphalt Concrete Pavement — Pavement Reconstruction A- Dollars and {n�� Per Ton Cents $ $ b®�® 22. 6,200 TN Construct ARHM Overlay (2" min Finish Course) Dollars and ' Cents $ U01r $ IZna�' Per Ton 23. 6,550 LF Construct 8" PCC Curb Type 'B' @ Dollarsand sI Cents $ /vow $ Per Linear Foot 24. 2,500 LF Construct PCC Curb & Gutter Type `A' (Variable Height) Dollarsand 4wy ��� Cents $ ��X ®J U $ Per LinearFoote 25. 6,700 SF Construct PCC Sidewalk Dollars and $ $ „ 6� G _Cents � Per Squard Foot FIR 5of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 26. 44 EA Construct PCC Curb Access Ramp & Retaining Curbs ollars��Gid((k and Per Each 27. 6,600 SF Construct 8" Thick PCC Cross Gutter @ " A V) Dollars and VR �t49A� Cents $ M.9,G7 $ to Per Square Foot 28. 420 LF Construct PCC Longitudinal Gutter @LA"2� Dollars and Cents $ Q— $ �)av(no— Per Linear Foot 29. 5,100 SF Construct PCC Commercial Driveway Approach @ Dollars and \AY Cents $ a,G� $ cpq)gS�® Per SquareFoot 30. 1 EA Construct Parkway Culvert @gk)�,I t AR'Aa f\V ollars and Cents Per Each 31. 92 LF Furnish tand Install 18" RCP Storm Drain Drilla s��, and Cents $ �® $ Per Linear Foot 32. 1 EA Construct Storm Drain Junction Structure +(, QVIs(M� Dollars NnUck and Cents $ �" $ _ Per Each FIR 6of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 33. 2 EA Construct Storm Drain Catch Basin, W=3. ' �� @�iIU�Y 4 r t�Vkc�U�h� _Ik "a"4 and q00- 11000 Cents $ $ Per Each 34. 2 EA Construct Local Depression �q� ° Do arts 1 and Cents $ �$ 2,4500— Per ,4 00Per Each 35. 4 EA Reconstruct Catch Basin Access Lid @OXY DDCd��lt� Dollars a�� and Cents $ o®" $ 00 ` Per Each 36. 1 EA Abandon Existing Storm Drain Manhole Junction Structure and B� Cents $ OO $J(100— Per Each 3T 63 LF Abandon Existing CMP (various size) @mac Dollars and Cents $ ®® $ 0— Per Linear Foot 38. 32 LF Furnish and Install Cured -In -Place Lining withn Existing 36" CMP Yk� �A"aVFDollar and Cents $ $ 11100— Per Linear Foot 39. 100 LF Furnish and Install Cured -In -Place Lining within Existing 60" CMP Dollars Cents $ 00— $ AM()— Per Linear Foot 41. 34 EA Adjust OCSD Sewer Manhole to Grade Dollars and Cents $o— 1Q0)00 Per Each 42. 44 EA Adjust City Manhole to Grade r� @jL`1Y®�°jl0 ��` Dollars t and Cents $ Per Each 43. 40 EA Adjust Valve Boxes and Covers to Grade and nts $ $ -2,1000— Per Each 44. 225 LF Furnish and Install Irrigation Sleeves @ Dollars and Cents $ iQ $ Per Linear Foot 45. 1 EA Relocate Street Light PL @ 1 W u -NMIAIAollars and Cents $ 000® $ 7-000— Per Each 46. 1 LS Temporary Traffic Signal Wiring — Dover/Cliff Dollars Cents $ 000— $ Qbo Per Lump Sum PR7of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 40. 1 EA Construct Inverted Water Siphon @A--\w'LN_ NSIAO�Dollars and Cents $ ® $ OOO Per Each 41. 34 EA Adjust OCSD Sewer Manhole to Grade Dollars and Cents $o— 1Q0)00 Per Each 42. 44 EA Adjust City Manhole to Grade r� @jL`1Y®�°jl0 ��` Dollars t and Cents $ Per Each 43. 40 EA Adjust Valve Boxes and Covers to Grade and nts $ $ -2,1000— Per Each 44. 225 LF Furnish and Install Irrigation Sleeves @ Dollars and Cents $ iQ $ Per Linear Foot 45. 1 EA Relocate Street Light PL @ 1 W u -NMIAIAollars and Cents $ 000® $ 7-000— Per Each 46. 1 LS Temporary Traffic Signal Wiring — Dover/Cliff Dollars Cents $ 000— $ Qbo Per Lump Sum ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 47. 1 LS Traffic SignalModification - Dover/Cliff IMLDollars and Cents $D� $ jS 000 Per Lump Sum 48. 1 LS Temporary Traffic Signal Wiring - Dover/16'" St 49. @ !AY(kV1(k Dollarsand �t Cents $ ��d®® $ —9000- Per Lump Sum 1 LS Traffic Signal Modification - Dover/16" St (IMU hk"d k o las and Cents $ 00 — $ I�b00o— Per Lump Sum 50. 1 LS Temporary Traffic Signal Wiring - Dover/Westcliff 51 52. 53. @ b� Dollars and Cents $ zj 000 $ ow — Per Lump Sum 1 LS Traffic Signal Modification- Dover/Westcliff OSDollars Cents $ 11000® $ q1000 Per Lump Sum 1 LS Temporary Traffic Signal Wiring - Dover/Irvine �� W�a1t @g�t�,iZlt9 ���NYt Dollars and Cents $ tea® $ aO- Per Lump Sum 1 LS Traffic Signal Modification - Dover/Irvine VO -�iacDDollarrss ����d and Cents $ C� ® $ SI ZbC` Per Lump Sum PR9of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 54. 1 LS Traffic Signal Interconnect @ 1b °u4 Dollars and Cents $ 200" $ �5 b_ Per Lump Sum 55. 24 EA Traffic Signal Loops Detector t� �oll rs�V) and V Cents $ $ z `'1 Q® Per Each 56. 13 EA Furnish and Install LED Internally Illuminated Street Name Signs at Dover/Cliff, Dover/16`", Dover/Westcliff and Dover/Irvine @ o IONaoatllw Dolllla s and Cents $ $ , Per Each 57. 20 EA Furnish and Install LED Fixture at Dover/Cliff, Dover/16th, Dover/Westcliff and Dover/Irvine and Cents $ Q ® tt $ Per Each 58. Lump Sum Install Pavement Markings and Striping @ dW(Wkollars and ® Cents $ 000 Per Lump Sum 59. 1,600 LF Furnish and Install Root Control Barrier @ Dollars and Cents $ $ 110000 Per Linear Foot 60. 30 EA Furnish and Install 6' Boulder �Dol @�W. ar�rA sand `m Cents $ ( e)d0® $ C�® Per Each PR 10 of 12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 61, 21 EA Furnish and Install t5'ffBoulder @DSM llars and Cents $ 1 l $ , qGD (v[m Per Each 62. 24 EA Furnish and Install 4' Boulder @ WMW &1" Dollarss and ® Cents $�� $ { �4 Per Each 63. 11 EA Furnish and Install 3' Boulder Dollars and Cents $ X00_ $ -2,-2,00— Per Each 64. Lump Sum Furnish and Install Automatic Irrigation System "~ Cents $ Per Lump Sum 65. 2 EA Furnish and Install Irrigation Controller and Enclosure (ak `� ��,tA'ND fPti Dollars and Cents $ 000® $ i Per Each 66. Lump Sum Soil Preparation and Weed Abatement LVA✓ ai���" dollars and Cents. $ ,7,000— Per Lump Sum 67. 2,000 CY Furnish and Install 12" Min Depth Class'A' Top Soil @O�Ay4 Dollars and Cents $ %�' $ e6000 Per Cubic Yard 73. Lump Sum Provide 45 -Day Plant Establishment Period and 45 -Day Plant Maintenance Period Stu N6�Lo, Vkk-0)0yld1 Dollars and �, ® Cents $ Per Lump Sum 74. 11 EA Relocateaaan�d Deliver Existing Palm Trees @ ) tY`OW(W( Dollars and Cents $ V)00— Per ) Per Each PR 11 of 12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 68. 50,900 SF Furnish and Install 3" Thick Layer of Mulch @ "® Dollars and i 4 Cents $ $ Perr SSqquare Foot 69. 62 EA Furnish and Install 36" Box Tree�, A> DoII rrSAVand ® Cents $ Per Each 70. 8 EA Furnish and Install 24" Box �Tree d Wo,,`Ddllrs V ® Cents $ Per Each 71. 3,800 EA Furnish and Install 5 Gallon Shrub @ Dollars and $ 1,70— $ �a4® Per Each 72. 15,300 EA Furnish and Install 1 Gallon Shrub Dollars and Cents $ $ 112fl'�,� Per Each 73. Lump Sum Provide 45 -Day Plant Establishment Period and 45 -Day Plant Maintenance Period Stu N6�Lo, Vkk-0)0yld1 Dollars and �, ® Cents $ Per Lump Sum 74. 11 EA Relocateaaan�d Deliver Existing Palm Trees @ ) tY`OW(W( Dollars and Cents $ V)00— Per ) Per Each PR 12 of 12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 75. Lump Sum Provide As -Built Plans (and DBE Certification if applicable) @ Four Thousand Dollars and Zero Cents $ 4,000.00 Per Lump Sum GRAND TOTAL PRICE IN WRITTEN WORDS Dollars \M11 and — Cents $ �i a %�'jj • 00 V 3o2���s Date Club l t��1���AD lEo�1P Bidder's Telephone anr�Fax Numbers 2( lm kc -t -2 - Bidder's License No(s). and Classification(s) Grand Total Price (Figures) til r�trnY1 �� Bidder Bidder's Authorized Si and Title :..- A.. - Bidder's Email Address: x FiiC nlnrK�nir��rin� t�nv ra4nlY(i Co Wt r jA311.04.13\docs\specs\304-11 proposal-6.docx C -5583(A) INDEX FOR SPECIAL PROVISIONS DOVER DRIVE AND WESTCLIFF DRIVE REHABILITATION CONTRACT NO. C -5583(A PART 1 - GENERAL PROVISIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 1 2-5 PLANS AND SPECIFICATIONS 1 2-5.2 Precedence of Contract Documents 1 2-6 WORK TO BE DONE 1 2-9 SURVEYING 2 2-9.1 Permanent Survey Markers 2 2-9.2 Line and Grade 2 SECTION 3 - CHANGES IN WORK 2 3-3 EXTRA WORK 2 3-3.2 Payment 2 SECTION 4 - CONTROL OF MATERIALS 3 4-1 MATERIALS AND WORKMANSHIP 3 4-1.3 Inspection Requirements 3 SECTION 5 - UTILITIES 3 5-1 LOCATION 3 5-2 PROTECTION 4 5-7 ADJUSTMENTS TO GRADE 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4 6-1.1 Construction Schedule 4 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-7.2 Working Days 5 6-7.4 Working Hours 5 6-7.5 Sequence of Construction 6 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7 7-1.2 Temporary Utility Services 7 7-7 COOPERATION AND COLLATERAL WORK 7 7-8 WORK SITE MAINTENANCE 7 7-8.6 Water Pollution Control 8 7-10 PUBLIC CONVENIENCE AND SAFETY 9 7-10.1 Traffic and Access 9 7-10.3 Street Closures, Detours and Barricades 9 7-10.4 Safety 11 7-10.5 "No Parking' Signs 11 C -5583(A) 7-10.6 Notices to Residents 7-10.8 Notices to Residents 7-15 CONTRACTOR'S LICENSES 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS SECTION 9 -MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General 9-3.2 Partial and Final Payment. PART 2 - CONSTRUCTION MATERIALS SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures SECTION 207 - PIPE 207-2 REINFORCED CONCRETE PIPE (RCP) 207-2.1 General 207-2.5 Joints. SECTION 214 - PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials. 300-1.5 Solid Waste Diversion SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General 302-5.4 Tack Coat 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.6 Curing. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.5 Finishing SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 11 12 12 13 13 13 13 25 26 26 26 26 26 26 26 26 26 26 26 27 27 27 27 33 33 33 34 34 34 34 35 35 35 35 35 36 36 W 36 36 36 37 37 SECTION 310 - PAINTING 45 C -5583(A) 310-5 PAINTING VARIOUS SURFACES 45 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 45 SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 46 312-1 PLACEMENT 46 PART4 46 SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, 46 PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 46 400-2 UNTREATED BASE MATERIALS 46 400-2.1 General 46 PART 5 — SYSTEM REHABILITIATION 47 SECTION 500—PIPELINE 47 500-1 PIPELINE REHABILITATION 47 500-1.1 Requirements 47 500-1.4 Cured -In -Place Liner 49 Appendix A — Landscape Special Provisions Supplemental Appendix B — Traffic Signal Special Provisions Supplemental Appendix C — OCSD Standard Plan S-055 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. C -5583(A) 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-6045-5); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (Latest Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2012 Edition), including supplements; (5) State of California Department of Transportation (Caltrans) Standard Specifications (Latest Edition); (6) State of California Department of Transportation (Caltrans) Standard Plans (Latest Edition). Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications for Public Works Construction 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: SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents Add to this section, "If there is a conflict within any one specific Contract Document, the more stringent requirement as determined by the Engineer shall control." 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 concrete pavement, off-site improvements and restoration, planting, clearing and grubbing, and construction of new PCC sidewalk, PCC curb, PCC curb and gutter, PCC access Page 1 of 49 C -5583(A) ramps, PCC driveways, asphalt concrete pavement overlay, asphalt concrete pavement, pavement delineation, traffic signal modifications, installing landscaping, tree root barriers and irrigation, plant establishment, 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 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." 2-9.2 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 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: Page 2 of 49 C -5583(A) 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. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 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." Page 3 of 49 C -5583(A) 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 OCSD owned sewer manholes and City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. Prior to cold milling, the Contractor shall lower utilities and raise them to grade after final paving. 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. 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 Page 4 of 49 C -5583(A) 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 90 consecutive working days after the date on the Notice to Proceed. The 45 -day plant establishment and 45 -day plant maintenance period is not included in the working day limit. 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 1st (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 0', 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 6-7.4 Working Hours Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. 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 3:30 p.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. Page 5 of 49 C -5583(A) Add the following Section 6-7.5 Sequence of Construction 6-7.5 Sequence of Construction Project shall be sequences as follows: A. All work between Mariners Drive and Irvine Avenue (including the intersection of Mariners/Dover) shall be constructed between June 22nd and September 7th (Labor Day). B. All work between Irvine Avenue and Westcliff Drive shall be completed before September 7th (Labor Day). C. Construction work requiring the closure of the Westcliff and Dover intersection shall be scheduled between June 22nd and September 7th (Labor Day). Work in this intersection shall not be constructed during the Mariners and Dover intersection closure. D. All concrete work items and drainage work items shall be completed prior to start of adjacent roadway improvement work. E. Final asphalt concrete cap (top 2 -inches) between Westcliff Drive and Coast Highway shall be placed after all irrigation and landscape work is complete. 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. Contractor shall complete all improvements between Mariners Drive and Irvine Avenue in 30 consecutive working days, including the work within the intersection of Mariners and Dover Drive, or for each calendar day after that time the Contractor shall pay to the City or have withheld from monies due, the daily sum of $1,000.00. Contractor shall complete all improvements requiring the closure of the Mariners Drive and Dover Drive intersection in 10 consecutive working days, or for each calendar day after that time the Contractor shall pay to the City or have withheld from monies due, the daily sum of $1,500.00. Contractor shall complete the storm drain improvements within in the Dover Drive and Westcliff Drive intersection in 10 consecutive working days, or for each calendar day after that time the Contractor shall pay to the City or have withheld from monies due, the daily sum of $1,500.00. 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. Page 6 of 49 C -5583(A) The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services 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 returned to the Contractor, less a $100 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 Add to this section: City forces will perform all shut downs of water facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to 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. YII4FIV#10 1195 TT10111:40WIRD3A Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets Page 7 of 49 C -5583(A) 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.newportbeachca.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. Page 8 of 49 C -5583(A) 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 five working days prior to the pre -construction meeting - a traffic control plan showing typical closures and detour plans(s). 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. Typical closures shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. Contractor is required to coordinate with the Fire Department personnel (Station Battalion Chief) during the work between Irvine Avenue and Mariners Drive. 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. Page 9 of 49 C -5583(A) 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- 3466 and all affected property owners. 5. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work. During work when schools are in session, southbound lane closures are allowed after 8:15 a.m. or when schools have started daily sessions (whichever is later). Dover Drive may be closed to all traffic when completing the work between Mariners Drive and Irvine Avenue (including the Mariners/Dover intersection). Contractor shall submit a detour plan for review and be responsible for all signage and traffic control to accomplish the closure. 7. Contractor may close Westcliff Drive between Dover Drive and Buckingham Lane when completing storm drain improvements during the work hours. 8. Contractor shall supply a minimum of five (5) changeable message boards at all times to be places at the City's direction and as part of the final approved traffic control plans. 9. Contractor is to be aware of Orange County Sanitation District (OCSD) sewer work on West Coast Highway. Lane closures on West Coast Highway will detour traffic to Dover Drive during times of this construction project. Depending on the direction of the highway lane closures, the Contractor shall schedule and coordinate work to not be in conflict with those. For example, if westbound West Coast Highway lane closures are causing increased traffic on northbound Dover Drive, the Contractor shall only be allowed lane closures on southbound Dover Drive during that time. No OCSD highway lane closures are anticipated between June 22nd and September 7th (Labor Day). 10. 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. 11. 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 Page 10 of 49 C -5583(A) 12. 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." 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 "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 Residents 7-10.6 Notices to Residents 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. Page 11 of 49 C -5583(A) 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. Add the following Section 7-10.8 Notice to Residents and Temporary Parking Permits 7-10.8 Notices to Residents Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent 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 any construction, the Contractor shall distribute to the adjacent 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 alley, 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. Add the following Section 7-15 Contractor's Licenses: 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess an A license. In addition, all landscape and irrigation improvements shall be completed by a landscape contractor or subcontractor with a current C-27 license. 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. Add the following Section 7-16 Contractor's Records/As-built Drawings: Page 12 of 49 C -5583(A) 7-16 CONTRACTOR'S RECORDS/AS-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 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: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as needed, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying residents. In addition, this item includes preparing Page 13 of 49 C -5583(A) traffic control plans 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, flagpersons. 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. Traffic signals shall not be without operating detector loops for more than five (5) consecutive days. Contractor shall replace detector loops as required when existing loops are damaged or inoperable due to construction activities. Work under this item will also include removing existing conflicting striping and installing all temporary pavement striping and markings per plan and specifications, and all other work items as required for performing the work complete in place. Item No. 3 Surveying Services: Work under this item shall include providing any and all surveying required to complete the work in place, including restoration of survey monuments and centerline ties disturbed, construction staking, and filing the corner records/record of survey with the County of Orange as required. Item No. 4 Storm Water Pollution Control Program: Work under this item shall include implementing, furnishing materials, maintaining devices in accordance with general practice, and all other work items as required for performing the work complete in place. Item No. 5 Clear and Grub: Work under this item shall include removing all brush, vegetation and roots and other objectionable material as required by the plan improvements and as directed by the Engineer from the construction area, and all other work items as required for performing the work complete in place. Item No. 6 Remove Tree: Work under this item shall include removing and proper disposal 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. 7 Roadway Excavation/Unclassified Excavation — Pavement Repair Digouts: Work under this item shall include sawcutting, removing, and proper disposal of the existing asphalt pavement section and all other work items as required for performing the work complete and in place. Existing street pavement section is known to include Petromat fabric. Contractor will be responsible to remove interfering portions of fabric as required by the Work. Item No. 8 Roadway Excavation/Unclassified Excavation — Dover Drive Pavement Reconstruction: Work under this item shall include sawcutting, removing, and proper disposal of the existing asphalt pavement section for the pavement Page 14 of 49 C -5583(A) reconstruction limits on Dover Drive, and all other work items as required for performing the work complete and in place. Existing street pavement section is known to include Petromat fabric. Contractor will be responsible to remove interfering portions of fabric as required by the Work. Item No. 9 Remove PCC Sidewalk and Curb Ramps: Work under this item shall include sawcutting, removing, and proper disposal of the existing P.C.C. sidewalk, curb ramps, retaining curbs, repairs to private improvements impacted by systems, plants, shrubs, sod, etc. and all other work items as required for performing the work complete and in place. Sidewalk shall be sawcut at the nearest joint. Contractor shall complete all private property repairs within five (5) working days of PCC installation. Item No. 10 Remove PCC Curb: Work under this item shall include sawcutting, removing, and proper disposal 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 as applicable. Item No. 11 Remove PCC Curb & Gutter: Work under this item shall include sawcutting, removing, and proper disposal 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. 12 Remove PCC Cross Gutter and Spandrel: Work under this item shall include sawcutting, removing, and proper disposal of the existing P.C.C. cross gutter and all other work items as required for performing the work complete and in place. Item No. 13 Remove PCC Longitudinal Gutter: Work under this item shall include sawcutting, removing, and proper disposal of the existing P.C.C. gutter and all other work items as required for performing the work complete and in place. Item No. 14 Remove Median Paving: Work under this item shall include sawcutting, removing, and proper disposal of the existing concrete paving, retaining curbs, asphalt concrete paving, and all other work items as required for performing the work complete and in place. Paving shall be sawcut at the nearest joint as applicable. Item No. 15 Remove PCC Driveway Approach: Work under this item shall include sawcutting, removing, and proper disposal of the existing P.C.C. driveway approach, curb and gutter 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. 16 Remove Curb Opening Catch Basin: Work under this item shall include sawcutting, removing, and proper disposal of the existing P.C.C. catch basin and adjacent local depression and all other work items as required for performing the Page 15 of 49 C -5583(A) work complete and in place. Work shall also include removal and disposal of portions of existing storm drain pipe interfering with the proposed improvements. Item No. 17 Remove Overhead Sign Structure and Foundations: Work under this item shall include removing, and proper disposal of the existing overhead sign structure and associated foundations (to three (3) feet below finished grade) and all other work items as required for performing the work complete and in place. Work shall also include sawcutting, removal and disposal of sidewalk and/or curb and gutter, backfilling and compaction of removed foundations, and reconstruction of sidewalk and/or curb and gutter. Item No. 18 Cold Mill AC Pavement (2" max depth): Work under this item shall include grinding existing asphalt concrete pavement, removal and proper disposal of AC material, installation, removal and proper disposal of temporary asphalt concrete for transition between pavement sections, repair of damaged improvements and all other work items required for performing the work complete and in place. Existing street pavement section is known to include Petromat fabric. Contractor will be responsible to remove interfering portions of fabric as required by the Work at no additional cost to the City. Item No. 19 Construct Aggregate Base: Work under this item shall include subgrade excavation, subgrade compaction, furnishing, installing and compacting base material, and all other work items required for performing the work complete and in place. Item No. 20 Construct Asphalt Concrete Pavement - Pavement Repair Digouts: Work under this item shall include subgrade compaction, furnishing, installing and compacting base course asphalt concrete pavement, and all other work items required for performing the work complete and in place. Item No. 21 Construct Asphalt Concrete Pavement — Dover Drive Pavement Reconstruction: Work under this item shall include subgrade compaction, furnishing, installing and compacting base course asphalt concrete pavement, and all other work items required for performing the work complete and in place. Item No. 22 Construct ARHM Overlay (2" Min Finish Course): Work under this item shall include installing crack sealing, furnishing and installing variable depth ARHM overlay and all other work items required for performing the work complete and in place. Item No. 23 Construct 8" PCC Curb Type `B': Work under this item shall include, 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, AC patch back, re -chiseling of curb face for existing underground utilities, Page 16 of 49 C -5583(A) restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Work shall also include construction of the low -flow curb openings per plan and no additional compensation will be allowed therefor. Item No. 24 Construct PCC Curb & Gutter Type "A" (Variable Height): Work under this item shall include, grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing P.C.C. curb and gutter, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing public and private improvements damaged by the work, and all other work items as required for performing the work complete and in place. P.C.C. curb and gutter constructed within City right of way shall be Type "A" per City Standard STD -182-L. P.C.C. curb and gutter constructed within Caltrans right of way shall be Type A2 per Caltrans Revised Standard Plan A87A and Caltrans Standard Specifications. Item No. 25 Construct 4" Thick PCC Sidewalk: Work under this item shall include grading, furnishing and installing fill material as needed, subgrade compaction, constructing, 4 -inch thick P.C.C. sidewalk over 2 -inch base material per City Standard STD -180-L, adjusting pullboxes to grade, making repairs for damage done to private property including, but not limited to sod, decorative pavement, planters, ornaments, irrigation, plants, and all other work items required for performing the work complete and in place. Item No. 26 Construct PCC Curb Ramp and Retaining Curbs: Work under this item shall include 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 and all other work items required for performing the work complete and in place. Curb ramps within City right of way shall be in accordance with City Standard STD - 181 -L. Raised truncated domes shall be dark grey colored and shall be "Terrapaving" as manufactured by Wausau Tile Inc. (715) 359-3121. Curb ramps within Caltrans right of way shall be in accordance with Caltrans Revised Standard Plan A88A and Caltrans Standard Specifications. Item No. 27 Construct 8" Thick PCC Cross Gutter: Work under this item shall include grading, subgrade compaction, constructing P.C.C. standard cross gutter per City Standard STD -185-L (as modified by plans), furnishing, installing and compacting base material, AC patch back, and all other work items required for performing the work complete and in place. Page 17 of 49 C -5583(A) Item No. 28 Construct PCC Longitudinal Gutter: Work under this item shall include grading, subgrade compaction, constructing P.C.C. longitudinal gutter per construction plans, AC patch back, and all other work items required for performing the work complete and in place. Item No. 29 Construct PCC Commercial Driveway Approach: Work under this item shall include grading, furnishing and installing fill material as needed, subgrade compaction, constructing P.C.C. commercial driveway approach per City Standard STD -160 -L-A and STD -161-L, curb and gutter, restoring all public and private improvements impacted by the work, and all other work items required for performing the work complete and in place. Contractor shall coordinate work with the impacted businesses to provide acceptable access to the property. Driveway approaches may require phased construction. Work shall also include removal and reconstruction of pavement on private property as detailed on the plans. Driveway replacements shall be completed and opened within five (5) calendar days. Item No. 30 Construct Parkway Culvert: Work under this item shall include grading, subgrade compaction, constructing P.C.C. parkway culvert per City Standard STD -319-L (as modified by plans), AC patch back, restoring all public and private improvements impacted by the work, and all other work items required for performing the work complete and in place. Item No. 31 Furnish and Install 18" RCP Storm Drain: Work under this item shall include excavation, shoring, subgrade compaction, potholing existing utilities, furnishing and installing RCP, miscellaneous pipe connections, removing, abandoning or protecting interfering portions of existing utilities, disposing of excess excavated materials, and all other work items required for performing the work complete and in place. Pipe bedding shall be in accordance with City STD -106-L. Work shall also include construction of concrete backfill/encasement when directed by the City in locations of reduced cover. Item No. 32 Construct Storm Drain Junction Structure: Work under this item shall include excavation, shoring, subgrade compaction, constructing P.C.C. structure per City Standard STD -310-L, miscellaneous pipe connections, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items required for performing the work complete and in place. Item No. 33 Construct Storm Drain Catch Basin: Work under this item shall include excavation, shoring, subgrade compaction, constructing P.C.C. catch basin per City Standard STD -305-L, miscellaneous pipe connections, removal, abandonment or protection of interfering portions of existing utilities or improvements, and all other work items required for performing the work complete and in place. Item No. 34 Construct Local Depression: Work under this item shall include excavation, subgrade compaction, constructing P.C.C. local depression per City Page 18 of 49 C -5583(A) Standard STD -304-1-, and all other work items required for performing the work complete and in place. Item No. 35 Reconstruct Catch Basin Access: Work under this item shall include demolishing top of existing catch basin, reconstructing top of catch basin and furnishing and installing manhole frame cover per City Standard STD -305-L, and all other work items required for performing the work complete and in place. Item No. 36 Abandon Existing Storm Drain Manhole Junction Structure: Work under this item shall include, but not limited to, excavation, removal of pavement materials, salvaging and delivering the manhole frame and cover to the City, removal and disposal of the manhole cone, backfilling with sand, construction of PCC plug, backfill of excavated area, pavement repair per City standards, and all other work items required for performing the work complete and in place. Item No. 37 Abandon Existing CMP (various size): Work under this item shall include, but not limited to, backfilling existing pipe with sand, construction of PCC plug at each end of the pipe, and all other work items required for performing the work complete and in place. Item No. 38 Furnish and Install Cured -In -Place Lining within Existing 36" CMP Storm Drain: Work under this item shall include, but not limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe, bypassing existing storm drain, controlling fluctuations in surface water and groundwater, performing all required material testing, cleaning and inspecting existing storm drain pipe, verifying pipe diameter size and length, post -installation CCTV inspection, furnish and installing pipe liner in accordance with project specifications and manufacturer recommendations, and all other work items required for performing the work complete and in place. During field inspections, pipe observations may reveal irregular shape. Contractor shall confirm pipe condition and take appropriate actions prior to material procurement and lining installation. Item No. 39 Furnish and Install Cured -In -Place Lining within Existing 60" CMP Storm Drain: Work under this item shall include, but not limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe, bypassing existing storm drain, controlling fluctuations in surface water and groundwater, performing all required material testing, cleaning and inspecting existing storm drain pipe, verifying pipe diameter size and length, post -installation CCTV inspection, furnish and installing pipe liner in accordance with project specifications and manufacturer recommendations, and all other work items required for performing the work complete and in place. C -5583(A) During field inspections, pipe observations may reveal irregular shape. Contractor shall confirm pipe condition and take appropriate actions prior to material procurement and lining installation. Item No. 40 Construct Inverted Water Siphon: Work under this item shall include, but not limited to, excavation, shutdown of existing water main, construction of inverted siphon per City standards and requirements, disinfection of water main, backfill of excavated area, pavement repair per City standards, and all other work items required for performing the work complete and in place. Item No. 41 Adjust OCSD Sewer Manhole to Grade: Work under this item shall include adjusting the existing OCSD sewer manholes to finished grade in accordance with OCSD standards and requirements, and all other work items as required to complete the work in place. Manhole frames and covers shall be lowered prior to paving operations and raised to finished grade after paving operation. Item No. 42 Adjust City Manhole to Grade: Work under this item shall include lower before and raising after paving operations, of all existing City manhole frames and covers in accordance with City STD -111-L, and all other work items as required to complete the work in place. Manhole frames and covers shall be lowered prior to paving operations and raised to finished grade after paving operation. Item No. 43 Adjust Valve Boxes and Covers to Grade: Work under this item shall include lower before and raising after paving operations, of all existing valve boxes and covers in accordance with City standards, and all other work items as required to complete the work in place. Boxes and covers shall be lowered prior to paving operations and raised to finished grade after paving operation. Item No. 44 Furnish and Install Irrigation Sleeves: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing irrigation sleeves, excavation/trenching, backfill, trench repair per City standards and requirements, and all other items as required to complete the work in place. Length of sleeve may include multiple pipes with varying pipe diameters as applicable to each plan location. Item No. 45 Relocate Street Light Standard onto New Foundation: Work under this item shall include salvaging street light, removing existing fountain, relocating pullbox and service and re -installing existing City street light in accordance with City STD -200-L, STD -204-L, STD -205-L, restoring surface to match adjacent area including landscaping and irrigation systems, disposing of excess excavated materials, and all other work items as required to complete the work in place. Item No. 46 Temporary Traffic Signal Wiring- Dover/Cliff: Work under this item shall include, but not limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic wiring to maintain traffic signal Page 20 of 49 C -5583(A) operation at the intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. NOTE: The Contractor shall review the location. Temporary overhead wiring is intended to limit signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the Contractor, payment for some, or all, of this bid item may be reduced by the City depending on work performed. Item No. 47 Traffic Signal Modification — Dover/Cliff: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the specified intersection per the Plans, the Special Provisions and Supplemental. This item excludes furnishing and installation of LED illuminated street name, signs and panels, including the mounting hardware. Item No. 48 Temporary Traffic Signal Wiring- Dover/16th St: Work under this item shall include, but not limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic wiring to maintain traffic signal operation at the intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. NOTE: The Contractor shall review the location. Temporary overhead wiring is intended to limit signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the Contractor, payment for some, or all, of this bid item may be reduced by the City depending on work performed. Item No. 49 Traffic Signal Modification — Dover/16th St: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the specified intersection per the Plans, the Special Provisions and Supplemental. This item excludes furnishing and installation of LED illuminated street name, signs and panels, including the mounting hardware. Item No. 50 Temporary Traffic Signal Wiring- Dover/Westcliff: Work under this item shall include, but not limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic wiring to maintain traffic signal operation at the intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. NOTE: The Contractor shall review the location. Temporary overhead wiring is intended to limit signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the Page 21 of 49 C -5583(A) Contractor, payment for some, or all, of this bid item may be reduced by the City depending on work performed. Item No. 51 Traffic Signal Modification — Dover/Westcliff: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the specified intersection per the Plans, the Special Provisions and Supplemental. This item excludes furnishing and installation of LED illuminated street name, signs and panels, including the mounting hardware. Item No. 52 Temporary Traffic Signal Wiring- Dover/Irvine: Work under this item shall include, but not limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic wiring to maintain traffic signal operation at the intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. NOTE: The Contractor shall review the location. Temporary overhead wiring is intended to limit signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the Contractor, payment for some, or all, of this bid item may be reduced by the City depending on work performed. Item No. 53 Traffic Signal Modification — Dover/Irvine: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the specified intersection per the Plans, the Special Provisions and Supplemental. This item excludes furnishing and installation of LED illuminated street name, signs and panels, including the mounting hardware. Item No. 54 Traffic Signal Interconnect: Work under this item shall include furnishing and installing new facilities, miscellaneous connections to existing facilities and all other work items as required to complete the work in place. Item No. 55 Traffic Signal Detector Loops: Work under this item shall include all labor, tools, equipment and material costs to remove and replace traffic signal detector loops (lead loops shall be per City of Los Angeles Standard S-70.1 D and presence loops shall be Type E per Caltrans Standard Plans ES -5A and ES -5B), make electrical connections and wirings to existing pullboxes, test, calibrate the new signal loop detectors, and all other work items as required to complete the work in place. Item No. 56 Furnish and Install LED Internally Illuminated Street Name Signs at Dover/Cliff, Doverl16th, Dover/Westcliff and Dover/Irvine: Work under this item shall include cost of all labor, equipment and materials required to furnish and install LED internally illuminated street name sign assemblies at signalized intersections, complete with custom Newport Beach sign panels and including mounting hardware, per the Plans, the Special Provisions and Supplemental. Page 22 of 49 C -5583(A) Item No. 57 Furnish and Install LED Fixture at Dover/Cliff, Dover/16th, Dover/Westcliff and Dover/Irvine: Work under this item shall include cost of all labor, equipment and materials required to furnish and install LED fixture at signalized intersections, per the Plans, the Special Provisions and Supplemental. Item No. 58 Install Pavement Markings and Striping: Work under this item shall include removal of existing, conflicting striping and markings and installation of pavement markings (Thermo Plastic) and striping and all other work items as required to complete the work in place. Work under this item shall also include painting of all existing red, green and white curb on Dover Drive and Westcliff Drive. Item No. 59 Furnish and Install Root Control Barrier: Work under this item shall include but not limited to, all labor and materials related to root pruning and disposing per section 308-1, providing and installing new tree root barriers, removing and disposing of excess soil, and all other work required to complete the work in place. All utilities or other improvements damaged by the work, including, but not limited to, street light conduits and wires and private irrigation lines, shall be immediately repaired at the Contractor's expense and no additional compensation shall be made. Item No. 60 Furnish and Install 6' Boulder: Work under this item shall include but not limited to, furnishing and installing rock boulder, transportation, delivery, storage, placement, and all other items as required to complete the work in place. Item No. 61 Furnish and Install 5' Boulder: Work under this item shall include but not limited to, furnishing and installing rock boulder, transportation, delivery, storage, placement, and all other items as required to complete the work in place. Item No. 62 Furnish and Install 4' Boulder: Work under this item shall include but not limited to, furnishing and installing rock boulder, transportation, delivery, storage, placement, and all other items as required to complete the work in place. Item No. 63 Furnish and Install 3' Boulder: Work under this item shall include but not limited to, furnishing and installing rock boulder, transportation, delivery, storage, placement, and all other items as required to complete the work in place. Item No. 64 Furnish and Install Automatic Irrigation System: Work under this item shall include but not limited to, furnishing and installing irrigation equipment and materials including piping, valves, heads, fittings, delivery, storage, placement, and all other items as required to complete the work in place. Item No. 65 Furnish and Install Irrigation 42 Station Controller with Radio Communication and Enclosure: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 42 station irrigation controller with radio communication and pedestal, electrical components, wiring, removal and reconstruction of conflicting concrete sidewalk and curb and gutter, backfill, compaction, disposing of excess excavated materials, Page 23 of 49 C -5583(A) connection to Myers cabinet, irrigation system, extension of existing electrical service per City Standards, and all other work items as required to complete the work in place. Item No. 66 Soil Preparation and Weed Abatement: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for preparing the soil for two (2) cycles of grow and kill weed abatement, which may include furnishing and applying herbicides, irrigation, fertilization, and all other work items as required to complete the work in place. Item No. 67 Furnish and Install 12" Minimum Depth Class 'A' Top Soil: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transportation, delivery, placement of 12" minimum depth Class 'A' top soil, grading, sample and testing, and all other work items as required to complete the work in place. Depth of material required shall be from native subgrade to finished grade. Item No. 68 Furnish and Install 3" Thick Layer of Mulch: Work under this item shall include, but not limited to, furnishing and installing 3" deep layer of shredded fir bark mulch, transportation, delivery, storage, placement, and other items as required to complete the work in place. Item No. 69 Furnish and Install 36" Box Tree: Work under this item shall include, but not limited to, furnishing and installing 36" box tree, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place. Item No. 70 Furnish and Install 24" Box Tree: Work under this item shall include, but not limited to, furnishing and installing 24" box tree, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place. Item No. 71 Furnish and Install 5 gallon shrub: Work under this item shall include, but not limited to, furnishing and installing 5 gallon shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place. Item No. 72 Furnish and Install 1 gallon shrub: Work under this item shall include, but not limited to, furnishing and installing 1 gallon shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place. Item No. 73 Provide 45 -Day Plant Establishment Period and 45 -Day Plant Maintenance Period: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, manpower, fertilizers, irrigation system inspection and operation, plant materials, supervision and all other items necessary to establish and maintain the landscaping for the entire maintenance period. Page 24 of 49 C -5583(A) Item No. 74 Relocate and Deliver Existing Palm Trees: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, protect, excavate, remove, box, transportation, delivery to City personnel at Big Canyon Reservoir, and all other items as required to complete the work in place. Box size shall vary from 48" to 90" and shall be approved by the City prior to removal of the existing palm tree. All work shall be completed by a qualified tree moving company approved by the City. Item No. 75 Provide As -Built Plans (and DBE Certification if applicable). Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $4,000.00 is determined for this bid item. The intent of this pre- set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid. 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. Page 25 of 49 C -5583(A) PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class. Add to this Section: "Portland Cement concrete for construction shall be Class 560-C-3250, Type V." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel. Add to this Section: `Reinforcing steel shall be Grade 60 steel conforming to ASTM A615 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 iCl-11111111150CLILd7:1 1A 203-6.4 Asphalt Concrete Mixtures 203-6-4.3 Composition of Grading. Add this Section: Asphalt Concrete for the base course shall be B -PG 64-10. Page 26 of 49 C -5583(A) 203-11.1 General. Add to this Section: ARHM material used for pavement within the roadway shall be ARHM-GG-C. The Contractor shall submit a mix design to the City for review and approval a minimum of five (5) working days prior to installation. 203-11.3 Composition and Grading. Add to this Section: ARHM for this project shall be ARHM-GG-B. 203-11.9 Miscellaneous Requirements. Add to this Section: Asphalt -Rubber Hot Mix Gap Graded material shall be compacted at or above 290 degrees Fahrenheit. Due to this requirement, the Contractor shall maintain three large self-propelled, vibrating steel wheel rollers, in working condition, on site to facilitate the initial breakdown rolling and intermediate rolling. The third roller will act as a stand-by in case of breakdown by one of the other rollers. Rubber tire rollers are not permitted. A minimum relative compaction of 95 percent is required. For each percentile less than the required 95 percent compaction the unit price for applicable bid item, will be reduced by 10 percent. Any areas of roadway that does not have 90 percent relative compaction shall be removed, reinstalled and properly compacted at the Contract's sole expense. SECTION 207 - PIPE 207-2 REINFORCED CONCRETE PIPE (RCP) 207-2.1 General These specifications apply to reinforced concrete pipe intended to be used for the construction of storm drains, sewers, and related structures. 207-2.5 Joints. Add to this Section: All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar Mac "Mac Wrap" or approved equal. Mar Mac Manufacturing Company may be contacted at (800) 845-6962." Page 27 of 49 C -5583(A) SECTION 212 — LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS 212-1.2 Soil Fertilizing and Conditioning Materials 212-1.2.2 Manure. Delete section 212-1.2.3 Commercial Fertilizer. Add the following: Fertilizers shall comply with applicable requirements of the State Agricultural Code and shall be packaged, first grade, commercial quality products identified as to source, type of material, weight and manufacturer's guaranteed analysis. Fertilizers shall not contain toxic ingredients in quantities harmful to human, animal, or plant life. When requested, Contractor shall furnish the Engineer with a Certificate of Compliance stating that the material substantially meets the specifications. 212-1.2.4 Organic Soil Amendment. Use Type 1 organic soil amendment. 212-1.2.5 Mulch. Replace with the following: Provide mulch as indicated in Appendix A of these specifications at a depth indicated on the Drawings. 212-1.3 Seed. Delete section. 212-1.4 Plants 212-1.4.1 General. Add the following: Plant material shall be in accordance with the State Department of Agriculture's regulations for nursery inspections, rules and grading. Nursery grown stock shall be selected from high quality, well -shaped stock, grown under climatic conditions similar to those in the project locale. Minimum acceptable size of plants specified shall correspond with that normally expected for the species and variety of commercially available nursery stock. Caliper shall be the diameter of the trunk one foot (1') above the ground surface and shall be the determining measurement for trees when indicated. Oversize plants may be used if not root bound, but shall not increase the Contract price. Up to ten percent (10%) of undersize plants in any one (1) variety and grade may be used; provided they are larger than the average size of the next smaller grade. Page 28 of 49 C -5583(A) Scientific and common names conform to customary nursery usage Types, sizes and quantities of plant materials shall be indicated on the drawings. The plant list shown on the drawings shall be used as a guide only. Contractor shall verify quantities by plan check. The Engineer reserves the right to refuse or reject any unsuitable plant material. Unsuitable plants shall be removed from the project site and replaced at the Contractor's expense. New plants shall be the same species, variety, size and condition as specified. Contractor shall submit photographs of plant material to City Representative for review and approval. 212-1.4.5 Sod and Stolens. Delete Section 212-1.4.6 Cuttings. Delete section. 212-1.5 Headers, Stakes, and Ties 212-1.5.2 Headers and Stakes. Delete section. 212-1.5.3 Tree Stakes. In second paragraph, replace "Guy wire shall be No. 12 BWG..." with "Guy wire shall be No. 9 Gauge..." Replace third paragraph with "Deadman stakes shall be % inch (19mm) diameter steel pipe 3 feet (1 m) long. Covers for wire shall be %z" diameter white PVC pipe. 212-2 IRRIGATION SYSTEM MATERIALS 212-2.1 Pipe and Fittings 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings. Replace the first sentence in the second paragraph with the following: Schedule 40 PVC pipe shall be used for installation on the discharge side of the control valves when the pipe size is two inch (2") or less. Schedule 40 PVC pipe shall be used for installation on the pressurized supply line of the control valves when the pipe size is one and half (1 1/2") inch or less. Class 315 PVC pipe shall be Page 29 of 49 C -5583(A) used for installation on the pressurized supply side of the control valves when the pipe size is two inch (2" or greater. The following paragraphs shall be added at the end of the subsection: All PVC pipe must bear the following markings: 1. Manufacturer's name 2. Nominal pipe size 3. Schedule or class 4. Pressure rating in P.S.I. 5. NSF (National Sanitation Foundation) approval 6. Date extrusion 7. U.P.C. shield logo (IAPMO approval) All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type recommended by the manufacturer, and shall follow installation methods prescribed by the pipe manufacturer. 212-2.2 Valves and Valve Boxes 212-2.2.2 Gate Valves. Replace this section with the following: 212-2.2.2 Ball Valves. Ball valves in sizes 3 inches and smaller shall be forged brass nickle plated heavy duty full port. All valves shall be as identified on Construction Documents and per City review and approval. 212-2.2.4 Remote Control Valves. Add the following after paragraph number one: Remote control valve manufacturer and sizes shall be as indicated in plans and legend. 212-2.2.6 Valve Boxes. Replace all text in this section with the following: Valve boxes shall be fabricated from a durable, weather -resistant plastic material resistant to sunlight and chemical action of soils. The valve box cover shall be secured with a hidden latch mechanism or bolts. The cover and box shall be capable of sustaining a load of 1,500 pounds. Valve box extensions shall be by the same manufacturer as the valve box. Automatic control valve boxes shall be eighteen inch by twelve inch by twelve inch (18"x12"x12") rectangular size. Valve box covers shall be marked "RCV" with the valve identification number "heat branded" onto the cover in two inch (2") high letters i numbers. Page 30 of 49 C -5583(A) Gate valve and quick coupler valve boxes shall be ten inch (10") circular size. Valve box covers shall be marked with either "BV" or "QCV" "heat branded" onto the cover in two inch (2") high letters. 212-2.2 Sprinkler Equipment. The text of this subsection shall be deleted and replaced with the following: Irrigation bodies and nozzles shall be as indicated on plan and legend. Substitutions shall not be allowed unless by written authorization from the City Inspector. Irrigation bodies and nozzles shall feature check valves, pressure regulation, and flow restriction. Unless otherwise approved, all pop -ups and fixed riser assemblies shall consist of plastic and stainless steel materials. Smaller radii turf irrigation equipment shall consist of six inch (W) pop -ups. All smaller radii shrub and groundcover irrigation equipment shall consist of twelve inch (12") pop -ups, unless otherwise approved by the City. Smaller radii equipment are those components which irrigate within and under a radius of twenty-two feet (22). Add the following paragraphs at the end of Section 212-2 212-2.2.5 Drip Irrigation Equipment Drip irrigation shall be sub -surface type polyethylene tubing with pressure compensating self-cleaning emitters. All fittings shall be by the same manufacturer as the tubing. Inline Filter shall be corrosion resistant plastic with 1" connections and removable stainless steel screen. Screen shall be a minimum of 155 mesh. Inline Pressure Regulator shall be constructed of thermoplastic with stainless steel compression spring and securing screws. Pre-set to maintain a constant outlet pressure of 30 psi. 212-2.2.8 City Standard Irrigation Hardware. Refer to the appendix for the City of Newport Beach Maintenance Services Division Standard Irrigation Hardware. SECTION 212-3 ELECTRICAL MATERIALS 212-3.2 Conduit and Conductors 212-3.2.1 Conduit. Replace all text in this section with the following: Conduit and sweeps shall be Schedule 40 PVC, gray in color and specifically manufactured for use as electrical installation. The conduits shall be sized twice the diameter of the wire bundle to be carried within. All ends of conduit in valve and pull boxes shall be Page 31 of 49 C -5583(A) sealed using a waterproof material that can be easily removed from the conduit openings for the purpose of pulling wire through the conduit. 212-3.2.2 Conductors. Add the following sentences to this section: Low voltage control wires shall have a single solid copper conductor with colored PVC coating. The pilot control wires shall be color coded a specific color per controller and the common wires color coded white with a strip matching the color of the pilot wires. The electrical system shall be installed in accordance with the National Electrical Code most recently adopted by the City. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be a different color wire for each automatic controller. Common wires shall be white with a different color stripe for each automatic controller. Install in accordance with valve manufacture's specifications and wire chart. In no case shall wire size be less than #14. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. Install wires inside Schedule 40 Conduit anywhere it is not possible to place in pipe trench, or where wires must go under pavement. Conduit size shall be large enough to contain all necessary wires. Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten feet (10'). An expansion curl should be provided within three feet (3') of each wire connection and at least every one hundred (100) feet of wire length on runs more than one hundred (100) feet in length and also at each change of direction. Expansion curls shall be formed by wrapping at least five (5) ruins of wire around a one -inch diameter pipe, then withdrawing the pipe. All splices shall be made with Spears DS -100 Dri-Splice wire connector, or approved equal. Use one splice per connector sealing pack. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the City. 212-3.3 Controller Unit. Add the words 16 gauge stainless steel" between the words "weatherproof' and "enclosure" in third sentence of the section. Add the following sentence to this section: Additional control system equipment such as flow meters, rain sensors and moisture sensors shall be of the types and sizes shown on the Plans. Page 32 of 49 C -5583(A) SECTION 214 - PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." Page 33 of 49 C -5583(A) I:L1ncIM4i67kq 6'11: /LotIre7►11��11�'L. SECTION 300 - EARTHWORK 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-Y2 '/2 inch" of the last sentence with the words "two (2) inches". Page 34 of 49 C -5583(A) 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. 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 not be permitted. 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 (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1-1/2 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 -1h asphaltic emulsion at a rate not to exceed one —tenth (1/10) of a gallon Page 35 of 49 C -5583(A) 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." 00"001;40R_lIII 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." 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." Page 36 of 49 C -5583(A) 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 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SEE APPENDIX B' FOR TECHNICAL SPECIFICATIONS SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION SEE APPENDIX 'A' FOR TECHNICAL SPECIFICATIONS IN ADDITION TO THE FOLLOWING MODIFICATIONS 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 be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet for this work with the City's Urban Forester at (949) 644-3083 a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. The submittal shall adhere to the following guidelines. 1. Root Pruning Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. 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. Page 37 of 49 C -5583(A) 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. 4. Root Barrier Specifications: a. Install root barrier panels with the length of each root pruning cut at a minimum of 36" below grade for sidewalks and 36" for curbs. b. The product shall be a minimum of 0.085 thickness and material of polyethylene plastic with ultra violet inhibitors (e.g., Century Root Barrier Panels, CP -Series, CP12-2). c. The product shall be installed per manufacturer's specifications. d. Landscape Section 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.1 General Delete paragraph four. Add the following paragraph for palms: Backfill for palms shall be 100% washed plaster sand. For each cubic yard of sand blend two (2) pounds of 16-16-16 commercial fertilizer prior to placement in planting hole. 308-2.3.2 Fertilizing and Conditioning Procedures. Add the following paragraph for palms: Root growth stimulant shall be equally distributed around the rootball and water jetted into the backfill when the backfilling is between one-half (1/2) to two-thirds (2/3) up the rootball. Stimulant shall be Vitamin B-1 as manufactured by Cal -liquid, Crooke, Chican, or Ortho. Application rate shall be as recommended by the manufacturer. 308-4 PLANTING 308-4.6 Plant Staking and Guying 308-4.6.1 Method "A" Tree Staking. Page 38 of 49 C -5583(A) In the first sentence, replace "...a 1-112 inches (38mm) nominal diameter x 10 foot 93m) steel pipe, per 212-2.1.2..." with "two (2) ten foot (10) long x two inch (2") diameter lodge pole stakes..." 308-4.6.2 Method "B" Tree Staking. Delete paragraph 308-4.6.3(1) Guying. Replace "...12 BWG..." with "9 Gauge." 308-5 IRRIGATION SYSTEM INSTALLATION 308-5.1 General. The following paragraphs shall be added after paragraph three: Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which maybe required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. The work shall be installed in such a manner as to avoid conflicts between planting and architectural features, etc. All work called for in the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that unknown obstructions, grade differences, or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the City Representative. In the event this notification is not performed, the irrigation contractor shall assume full responsibility for any revisions necessary and shall perform such at his own expense. The following paragraph shall be added at the end of the subsection Temporary Repairs. The City reserves the right to make temporary repairs as necessary to keep the irrigation system 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. 308-5.2 Irrigation Pipeline Installation 308-5.2.1 General. The following sentences shall be added at the end of paragraph four: Page 39 of 49 C -5583(A) A minimum of twelve inches (12") clearance shall be maintained between irrigation pipelines and non -irrigation pipelines/conduits. The following paragraphs shall be added at the end of the subsection: PVC Sleeves shall be required under areas where all hardscape materials shall be installed. Sleeving shall be done per detail on Project Plans. 308-5.2.3 Plastic Pipeline. Replace the third paragraph with the following: All solvent welding of PVC pipe and fittings shall be a two-step process, using primer and solvent cement applied per the manufacturer's recommendations. Cement shall be of a fluid consistency, not gel -like or ropy. Solvent cementing shall be in conformance with ASTM D2564 and ASTM D2855. Replace the seventh paragraph with the following: No contractor thread cutting of Schedule 80 PVC fittings shall be allowed. All Schedule 80 nipples and risers shall have manufacturer molded threads. The following shall be added to the end of paragraph one: PVC to metal connections shall only be accomplished by PVC male adapters screwed into metal fittings. Teflon tape shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. light wrench pressure is all that is required. The following paragraph shall be added following paragraph four: Handling of PVC Pipe and Fittings. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe are to lie flat and not to be subjected to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded and, if installed, shall be replaced with new piping. Pipe and fittings shall not be stored in direct sunlight. 308-5.3 Installation of Valves, Valve Boxes, and Special Equipment. Replace paragraph three with the following: Ball valves shall be the same size as the pipeline in which they are installed for three inch (3") pipeline and smaller. Downstream piping from the control valve shall be the size indicated on the Plans. Use PVC reducing bushings as required to change between control valve sizes and pipe sizes. Replace the words "covered concrete" in the second sentence of the fourth paragraph with the words "plastic valve box". Replace the first sentence of the fifth paragraph with the following: Page 40 of 49 C -5583(A) All quick coupler valves shall be installed inside plastic valve boxes, no quick coupler valves shall be installed projecting above grade. Replace the words "covered concrete" in the second sentence of the fifth paragraph with the words "plastic valve box". Eliminate the third sentence in the fifth paragraph. Replace the word "double" in the fourth sentence of the fifth paragraph with the word "triple". 308-5.4 Sprinkler Head Installation and Adjustment 308-5.4.2 Location, Elevation and Spacing. Eliminate the fourth and fifth paragraphs in this section. 308-5.4.3 Riser and Nozzle Line Installation. Replace the second through seventh paragraphs in this section with the following: Sprinkler heads shall be installed on triple swing joint assemblies. Triple swing joint assemblies shall be pre -assembled units manufactured of PVC joints and pipe with double o -ring seals. The lay length of the swing joint shall be a minimum of 150mm (6"). No contractor assembled swing joints or Marlex fittings shall be allowed. Sprinkler swing joints shall be sized per the inlet of the sprinkler on which they are to be used. Quick coupler swing joint assemblies shall be pre -assembled triple swing units manufactured of PVC joints and pipe with double o -ring seals. Swing joints shall have a 25mm (1") brass MIPT outlet, for the connection to the quick coupler, and a 25mm (11") PVC MIPT connection on the inlet side of the assembly. Swing joint shall have an integral collar with holes for the installation of two No. 13M (No. 4) reinforcing steel rods to support the quick coupler. 308-5.4.4 Sprinkler Head Adjustment. Add the following sentence to this section. Sprinkler heads shall be adjusted to eliminate overspray onto adjacent paving, brick dust, play surfaces or other non - planted areas. 308-5.5 Automatic Control System Installation. Replace the word "concrete" in both instances in the second sentence of the third paragraph with the word "plastic". Replace the words "galvanized steel" in the first sentence of the fourth paragraph with the words "Schedule 40 PVC". Page 41 of 49 C -5583(A) 308-5.6 Flushing and Testing 308-5.6.1 General. The following paragraph shall preface the subsection: Flushing of the lines shall be done before quick coupling valves and remote control valves are in place. All open ends shall be capped (temporarily to exhaust flushing water up and out of the trenches.) No water will be permitted to fall into the trench. Flushing procedure will be to first open the ports nearest the source, then recap, and move progressively towards the end of the line, with only one open port flushing at any one time. Amend the last sentence of the first paragraph by adding "and approved in writing"' at the end of the sentence. Add the following paragraph to the end of the subsection: The Contractor shall request the presence of the City in writing at least forty-eight (48) hours in advance of testing. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible, 308-5.6.3 Sprinkler Coverage Test. Replace the first sentence in this section with the following: When the irrigation system is completed, a coverage test shall be performed in the presence of the City inspector to determine if the water coverage for planting areas is complete, adequate, and avoids overspray onto walks, roadways, and buildings as much as possible. The Contractor shall furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Drawings, or where the system has been willfully installed as indicated on the Drawings when it is obviously inadequate, without bringing this to the attention of the City inspector. This test shall be accomplished before any ground cover is planted. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Replace the second sentence in paragraph six (6) to read: The plant establishment period shall be for a period of forty-five (45) calendar days. 308.6.2 Charts, Manuals, and Drawings. Subsection is hereby added to subsection 308-6 of the Standard Specifications as follows: 308-6.2.1 As -Built Drawings. Contractor shall provide City Representative with "as -built mylars" at the completion of the project at no additional cost to the City. Contractor shall dimension from two (2) permanent points of reference, building corners, sidewalk or road intersections, etc., the location of the following items: Page 42 of 49 C -5583(A) 1. Ball valves 2. Sprinkler control valves 3. Routing of control wiring 4. Quick coupling valves 5. Other related equipment as directed by the City 6. Significant changes in routing of lateral lines from those indicated on the plans Delivery. On or before the date of the final inspection, the Contractor shall deliver the corrected and completed mylar aperture cards to the City. Delivery of the final mylar will not relieve the Contractor of the responsibility of furnishing required information that maybe omitted from the prints. 308-6.2.2 Controller Charts. As -built drawings shall be approved by the City before the Contractor prepares the controller charts. Provide one controller chart for each controller supplied. In the case that no controller is provided, the Contractor shall prepare a new controller chart utilizing any existing system that is being protected, as well as any new systems on line, for the existing controller(s). The chart shall show the area controlled by the automatic controller and shall be the maximum size which the controller door will allow. The chart is to be a reduced drawing of the actual as -built system. However, in the event the controlled sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. The chart shall be a blackline or blueline print and a different color shall be used to indicate the area of coverage for each station. When completed and approved, the Contractor shall hermetically seal the chart between two pieces of plastic, each piece being a minimum of ten (10) mils thick. These charts shall be completed and approved prior to final inspection of the irrigation system. 308-6.2.3 Manuals. Operation and Maintenance Manuals. Prepare and deliver to the City within ten (10) calendar days after substantial completion of the project, two (2) hard cover binders with three rings containing the following information: 1. Index sheet stating Contractor's address and telephone number and list of equipment with name and address of local manufacturer's representatives. 2. Catalog and parts sheets on every material and equipment installed under this contract. 3. Guarantee statement. The guarantee for the sprinkler irrigation system shall be made in accordance with the attached form. The Contractor shall file Page 43 of 49 C -5583(A) a complete copy of these specifications along with the guarantee prior to the acceptance of the irrigation system by the City. A copy of the guarantee form shall be included in the operations and maintenance manual. The guarantee form shall be retyped onto the Contractor's letterhead per attached form. 4. Complete operating and maintenance instructions on all major equipment. In addition to the above mentioned maintenance manuals, provide the City's maintenance personnel with instructions for major equipment and show evidence in writing to the City at the conclusion of the project that this service has been rendered. 44- S:iKEx!1111:2iriI40kI 308-6.3.1 Loose Equipment to be Furnished. The following subsection shall be added (confirm each item with the City Inspector prior to actual turn -over): The Contractor shall supply as a part of this contract the following tools: 1. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. 2. One (1) quick coupler key and matching hose swivel for every five (5) of each type of quick coupling valve installed. 3. Six (6) spray nozzles of each type specified on the legend. 4. Twelve (12) spray bodies of each manufacturer specified on the legend. 5. Two (2) keys each for controller and controller enclosure doors. The above-mentioned equipment shall be turned over to the City at the conclusion of the project before final inspection can occur, evidence that the City has received material must be shown to the City Representative. 308-7 GUARANTEE. The text of the subsection shall be deleted and replaced with the following: The guarantee period shall begin at completion of maintenance or date of substantial completion as per the City's Representative, whichever is later. Upon acceptance, all planting, irrigation, earthwork and trenches shall be guaranteed by the Contractor for a period of one year against defects in materials and workmanship. Any settling of backfill trenches which may occur during the one year guarantee period shall be repaired to the City's satisfaction by the Contractor without expense to the City, including the complete restoration of damaged planting, paving, or other improvements of any kind. The Contractor, within fifteen (15) days of notification by the City Representative, shall remove and replace all guaranteed plant materials which, for any reason, fail to meet the requirements of the guarantee. Replacement shall be made with plant Page 44 of 49 C -5583(A) materials as indicated or specified for the original planting and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Revise 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 Revise 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 1i2 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 Page 45 of 49 C -5583(A) 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 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 Revise this Section with: 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." 400-2.1 General 400-2.1.1 Requirements Page 46 of 49 C -5583(A) Add to this section: 'The Contractor shall use crushed miscellaneous base as the base materials." SECTION 500 — PIPELINE 500-1 PIPELINE REHABILITATION 500-1.1 Requirements 500-1.1.1 General Add to this section: This work includes the cleaning, inspection, repairing, lining, completing lateral connections, plus pre- and post -video inspection and testing of various size existing storm drain corrugated metal pipe (CMP) within the project area. The pipes are accessible from the street through an adjoining catch basin or an adjoining manhole junction structure. The Contractor shall field verify all CMP diameters and pipe length prior to manufacturing the pipe liner. Differences between the stated in the bid and actual field pipe diameters shall be considered inspected and accepted by the Contractor and there will be no allowance or consideration of additional compensation if the pipe diameters are different. The Contractor shall furnish all tools, equipment, materials and supplies and shall perform all labor required to complete the work as indicated in the Contract Documents and specified herein. 500-1.1.2 Submittals Add to this section: The following submittals shall also be provided in accordance with project requirements: 1. Shop drawings which detail short and long term properties (providing all supportinq test data) of all component materials and construction and recommendations for material storage liner handling, insertion, curing, trimm shall also include structural calculatio recommended thicknesses, and the reinstate connecting storm drains. and temperature control, CIPP ing and finishing. The submittal ns for each CIPP liner size, the method and equipment used to 2. Prior to the installation or use of any lining materials or equipment, certified test results from the manufacturers which indicate that all Page 47 of 49 C -5583(A) materials conform to the applicable requirements. 3. Test results of the resin proposed that meet the chemical resistance requirements of ASTM F2019, Section 5.2.6. The chemical resistance tests will be completed in accordance with Test Method D543. 4. Material Safety Data Sheets for all resins, and other additives such as accelerants, colorants, and lubricants utilized in the pipe liner/lining process. 5. Manufacturer information that describes the materials, curing speeds, curing installation processes, installation pressures, temperature limitations, and recommended post curing documentation. 6. Informational hand out that describes the materials, processes, installation, pressures, temperature limitations, and odors associated with the lining process that shall be provided at the request of concerned residents. 7. CCTV Inspection reports. 8. Manufacturer's recommended installation procedures. 9. Certification showing the Contractor is currently licensed by the appropriate licensor to perform CIPP installation. Certification shall be given to the Engineer before any materials are delivered to the job site. 10. Certification stating CIPP tube has been manufactured in accordance with ASTM F1216, ASTM F2019 or ASTM F1743, as applicable, is, and resin is, suitable for its intended use. 11. Test report of CIPP sample(s) and tests. 12. Warranty information. 13. Material safety data sheets for all hazardous chemicals used or expected to be on-site. At a minimum, sheets for the resin, catalyst, cleaners, and repair agents should be submitted. 14. Design calculations. 15. Shop drawings for approval detailing the proposed CIPP liner terminations. C -5583(A) 500-1.4 Cured -In -Place Liner 500-1.4.1 General Add to this section: Pipeline rehabilitation may also be completed with a cured - in -place pipe (CIPP) liner using ultraviolet light to cure the lining in compliance with ASTM F 2019. When cured, the CIPP shall extend the full length of the original pipe and provide a structurally sound, smooth, jointless and watertight pipe. Contractor shall exercise adequate care during transportation, handling, and installation to ensure the CIPP material is not torn, cut, or otherwise damaged. If any part or parts of the CIPP materials becomes torn, cut, or otherwise damaged before or during insertion, it shall be repaired or replaced in accordance with the manufacturer's recommendations and approval by the Engineer before proceeding further; and at the Contractors expense. The Contractor shall warrant the completed work against defect in workmanship and material for a period of one year. The Engineer, while not acting as quality control agent for the Contractor, shall be allowed to view and document any portion of this contract, including but not limited to, verifying type and quantities of resin used at any point during this work. Finished and cured CIPP liner properties shall be tested as specified. Previous test data will not be acceptable. 500-1.4.2 Material Composition and Testing Add to this section: The liner shall be designed for a "fully deteriorated" pipe condition in accordance with the procedures of the appropriate ASTM standard and these specifications. All material properties used in design calculations shall be long-term (time -corrected) values. The Contractor shall be familiar with the existing site conditions when preparing the liner design. Contractor shall prepare design calculations for approval prior to performing the lining work. The submitted design calculations shall provide the following information as a minimum: Project Number Manhole to Manhole designation Pipe Nominal Diameter Minimum Liner thickness Proposed Liner Thickness Page 49 of 49 No. ## through No. ## NS -EW -XXX to NS -EW -XXX (inches) (inches) (inches) APPENDIX A SECTION 308 --LANDSCAPE AND IRRIGATION INSTALLATION ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 - SOIL PREPARATION PART 1 -GENERAL 1.01 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: Provide planting media amendment Amending of existing for planting Amending of sub -grade soil Weed abatement Machinery and loading restrictions C. Related Work in Other Sections: Earthwork and Topsoil Placement - Subsection 308-2 Planting - Subsection 308-4 Irrigation System Installation- Subsection 308-5 Maintenance and Plant Establishment - Subsection308-6 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. B. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: • "Standard Specifications" - Standard Specifications for Public Works Construction • "ASTM" - American Society for Testing and Materials. • "DIS" - Division of Industrial Safety. C. Certificates of Inspection: Provide those required by law for transportation, with invoice. File copies of certificates with City Engineer after acceptance of material. Inspection by governmental officials at point of origin does not preclude rejection of materials at project site. Page 1 of 45 APPENDIX A 1.03 SUBMITTALS A. Samples and Product Data: Prior to delivery to site, submit samples(S) certification(C) and manufacturers' literature (ML) for the following items: 1. Organic Amendments: S of one (1) pt. for each type, C or ML 2. Soil Mixes: S of %2 -Ib for each type and C. 3. Sand. S of Y2 -lb and C. 4. Chemical Additives: S of one (1) pint for each type, C and ML. B. Test Data: Submit all laboratory test data for all materials. C. Submittal Schedule: All products in this section which is required for submittal shall be included in one Division Two submittal package. D. Approved Testing Laboratory and Procedures for Agronomic Soil Fertility Analyses: To be provided by City of Newport Beach. 1. Agronomic Soil Fertility Analyses shall be conducted by a reputable, certified, agronomic soils laboratory. Laboratory shall be a member of the Council on Soil Testing and Plant Analysis. The same laboratory shall be used throughout the duration of the Contract: a). Wallace Laboratories, EI Segundo, CA. 310-615-0116. b). Soil and Plant Laboratory, Orange, CA. 714-282-8777. c). Fruit Growers Laboratory, Santa Paula, CA. 805-659-0910. 2. Contractor shall verify and confirm the selected Testing Laboratory and specific location(s) of soil sample(s) with the Landscape Architect prior to commencing soil sampling operations. 3. Submit the physical Samples directly to the selected Laboratory for analysis, per the procedures outlined per Part III herein this Section. a). In addition to the physical Soil Samples, Contractor shall also provide the Laboratory with a copy of the Soil Amendment and Fertilizer products indicated herein this Section. 4. Along with the testing data results, the Agronomic Soil Fertility Analysis shall include written recommendations by the Laboratory for amending and/or correcting the sampled soil conditions, utilizing the organic -based Soil Amendments and Fertilizers described herein this Section. a). The Analyses shall also include Maintenance and Post -Maintenance fertilization programs for planted areas within the Contract. 5. Agronomic Soil Fertility Analyses shall be performed on each of the native site soil samples, the imported topsoil (as required) and lightweight soil mix (as required). 6. Agronomic Soil Fertility Analysis shall include testing results for the following: Page 2 of 45 H; Salinity (electro -conductivity); Measurement of sodicit Sodium Absorption Ratio); Estimate of soil texture and soil organic matter; Page 2 of 45 APPENDIX A Presence of lime; Saturation extracts for nitrate, sulfate, sodium, calcium, magnesium, potassium, soluble phosphate, and boron; Parasitic nematodes; Herbicide contamination; (For Lightweight Soil Mixes): Test for physical and chemical composition, and saturated weight per cu.ft. E. Submit two (2) bound copies of the laboratory's Agronomic Soil Fertility Analysis and Recommendations to Landscape Architect a minimum of fourteen (14) days prior to amending of the soil and ordering soil amendments. The locations of where each of the soil test samples were derived from the Project Site shall be keyed to the site plan and shall be included with the results. F. Planting operations shall not commence until the results of the Agronomic Soil Fertility Analysis and Recommendations are reviewed accordingly by the Landscape Architect. 1. The quantity or type of amendments may be modified by the Landscape Architect within fourteen (14) days of receipt of the results. The Agronomic Soil Fertility Analysis and Recommendations shall take precedence over the amendment and fertilizer application rates specified herein or on the Contract Documents. G. The Agronomic Soil Fertility Report/Recommendation shall take precedence over the amendment and fertilizer application rates specified herein or on the Contract Documents. H. Submittals under this Article (including Samples) will be rejected without the benefit of review by the Landscape Architect if they are difficult to read due to insufficient scale, poor image quality, or poor drafting quality; or if the required information is missing or not presented in the format as requested. I. No Work shall proceed under this Section until Submittal requirements indicated herein have been reviewed accordingly by the Landscape Architect. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Labeling: Furnish standard products in unopened manufacturer's standard containers bearing original labels showing quantity, analysis and name of manufacturer. B. Storage: Store products with protection from weather or other conditions which would damage or impair the effectiveness of the product in conformance with Subsections 4-1 of the Standard Specifications. Page 3 of 45 1.05 ANALYSES OF SAMPLES AND TESTS A. Sampling: City Engineer reserves the right to take and analyze samples of materials for conformity to specifications at any time. Furnish samples upon request by City Engineer. 1.06 FINAL ACCEPTANCE A. Acceptance: Work will be accepted by the City Engineer upon satisfactory completion of all soil preparation work. B. Notification: Notify City Engineer for review of soil preparation prior to proceeding with planting operations. I]�1:i�II� 1�d1>fi[�7 A. General: Soil preparation work shall be in conformance with Subsection 308-2.3 of the Standard Specifications. 1. Moisture Content: Do not work soil when moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or, that clod's will not break readily. Apply water, if necessary, to bring soil to an optimum moisture content for tilling and planting. 2. Clearing of Debris: Clear all planting areas of stones one (1) inch diameter and larger, weeds, debris and other extraneous materials prior to amending existing soil. B. Preparation of Existing Soil: 1. Verification of Existing Grades: Verify that grades are within one (1) inch plus or minus of the required finished grades. Report all variations to the City Engineer. 2. Clearing of Debris: Clear all planting areas of stones one (1) inch diameter and larger, weeds, debris and other extraneous materials prior to amending existing soil or spreading imported topsoil. 3. Cultivation: Rip or cultivate all planting areas to a depth of eight (8) inch) immediately prior to amending existing soil. Rototill to reduce soil clods to a maximum diameter of one (1) inch in the top eight (8) inches. Page 4 of 45 APPENDIX A C. Soil Amendments and Fertilizers: Gypsum: Commercially -processed and packaged agricultural -grade hydrated calcium sulfate product (CaSO4), 92.0% minimum, pH at 7.1. a. Commercial -Grade Products & Manufacturers: Subject to compliance with requirements, provide products by one (1) of the following: Ben Franklin TM No. 1 Agricultural Gypsum, U.S. Gypsum Company 900% Good Stuff GypsumTM, Art Wilson Company or equal, as approved by the Landscape Architect. 2. Potassium Nitrate (13-0-44): Commercial or agricultural -grade product containing approximately 44% potassium. 3.02 WEED ABATEMENT A. General: Weed abatement work shall be in conformance with Subsection 308-2.3 of the Standard Specifications. 1. Weed abatement work shall not begin until irrigation sprinkler systems for the prescribed area are installed and operable. B. Weed Abatement. 1. Manually remove all existing unwanted vegetation and dispose of it off site. 2. Fertilize all planting areas with a 12-12-12 commercial fertilizer at the rate of three hundred lbs (300) per acre and begin watering process. 3. Upon completion of the irrigation system, water all areas four (4) times daily for 21 consecutive days and until weed seeds have germinated. Cease watering for three (3) days. Spray a non- selective contact herbicide (Roundup Pro or Rodeo) to eradicate the germinated weeds. Waiting period prior to clearing weeds shall be seven (7) to ten (10) days. 4. Allow herbicide to kill all weeds. Rake or hoe off all dead weeds to a minimum depth of '/4 -inch inch below the surface of the soil. Remove all cleared weeds and legally dispose of off-site. 5. Re -water cleared planting areas four (4) times daily for 14 - consecutive days, until new growth appears. Re -apply herbicide. Clear weeds, after seven (7) to ten (10) days or an approved alternate time period. Remove all cleared weeds and legally dispose of offsite. C. Cultivation of Topsoil. Cultivation of Topsoil: Page 5 of 45 APPENDIXA a. Cultivation: Following Soil Leaching and Weed Eradication operations, rip or cultivate areas of existing soil to receive planting to the following depth, prior to applying soil amendments: 1). Six -inches (6"). b. Following initial cultivation of Topsoil, uniformly broadcast and cultivate/blend the materials indicated in the following Planting Soil Amendments Schedule, with the Topsoil, to a minimum six-inch (6") depth: c. Planting Soil Amendment Schedule: Soil Amendment/Fertilizer Ratio Potassium Nitrate 8 pounds / 1,000 SF Gypsum 100 pounds / 1,000 SF 3.03 DRAINAGE OF PLANTING AREAS A. Surface Drainage: 1. Discrepancies: Provide proper surface drainage of planted areas. Submit in writing all discrepancies in the Drawings or Specifications, or prior work done by others, which Contractor feels precludes establishing proper drainage. 2. Correction: Include description of work required for correction or relief of said condition. B. Detrimental Drainage, Soils and Obstructions: 1. Notification: Submit in writing all soils or drainage conditions considered detrimental to growth of plant materials. State condition and submit proposal and cost estimate for correcting condition. 2. Correction: Submit for acceptance a written proposal and cost estimate for the correction before proceeding with work. 3. Obstructions: If rock, underground construction work, tree roots or other obstructions are encountered in the performance of work under this section, submit cost required to remove the obstructions to a depth of not less than six (6) inch below the required soil depth. 3.04 CLEAN-UP A. Keep all areas of work clean, neat and orderly at all times in conformance with Subsection 7-8 of the Standard Specifications. B. Upon completion of work, remove off the site all surplus materials, tools, equipment, rubbish and debris resulting from the work in conformance with Subsection 7-8 of the Standard Specifications. Page 6 of 45 APPENDIX A ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 — IRRIGATION 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 "Landscape Irrigation" complete, as shown on the drawings and/or described herein. B. Related work In other sections: 1. Landscape Planting 2. Landscape Maintenance 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. Manufacturers Directions: 1. Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in the contract furnish directions covering points not shown in the drawings and specifications. C. Ordinances and Regulations: 1. All local, municipal and state laws and rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these specifications and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed to conflict with any of the above rules 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: 1. A qualified superintendent shall be present on the site at all times Page 7 of 45 E. APPENDIX A 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. 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. 7. Do not proceed with installation in areas of discrepancy until all such discrepancies have been resolved. If the Contractor provides and installs 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. Site Safety: Erect and maintain barricades, warning signs, lights and/or guards as necessary or required to protect all persons on the site. Explanation of 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 work 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. Page 8 of 45 APPENDIX A 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 the 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. 1.03 SUBMITTALS: A. Material List: 1. 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 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. Page 9 of 45 APPENDIX A G. 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 may 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. 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. Updated Controller Charts: 1. Record drawings shall be evaluated by the Landscape Architect and/or City Inspector before controller charts are prepared. 2. Provide two (2) controller charts for each controller, unless otherwise directed by the City Inspector. 3. The chart shall show the area controlled by each automatic controller and shall be sized %" 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 Page 10 of 45 APPENDIX A 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. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING: A. Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe 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. 1.05 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 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. If no Maintenance Phase is included in the contract, the beginning date shall be from the acceptance date established by the City at the end of the Construction 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 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 Page 11 of 45 APPENDIX A completed 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: SIGNED: PHONE: 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 Non -Pressure Lateral Line Pipe: 1. Non -Pressure buried lateral line pipe shall be PVC Schedule 40 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. C. 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. D. Joint Primer: Page 12 of 45 APPENDIX A 1. Type as recommended by manufacturer of pipe. E. Joint Cement: 1. Solvent type as recommended by manufacturer. F. Ball Valves: 1. Shall be as specified on plans. G. 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. Valve decoders shall be used for valve to controller communication. Program decoders in sequence shown on the plans. Decoders shall be by the same manufacturer as the controller. 4. Provide and install one control valve box for each electric control valve. 5. Provide and install Christy tags with valve sequence for each valve. H. 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. 2. Electric Control Valves: Use 12"x17"x7" deep rectangular boxes, Carson Industries #1419A -12B with green bolt down cover or approved equivalent. 3. 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. 4. Identification numbers and letters shall be branded onto the box lids in 2 inch high letters and numbers as follows: a. Remote Control Valves — "RCV+Controller Designaton Letter + Valve Number', ie, "RCV-A13". Page 13 of 45 � 5. Vehicle traffic area boxes shall be concrete with cast-iron lid designed for vehicle traffic use. 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. J. Control Wiring: 1. Connections between the automatic controllers and the electric control valves shall be made with 2 conductor direct burial copper 2 wire cable. Use only manufacturer recommended 2 -wire cable. 2. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. 3. An expansion curl shall be provided within three (3) feet of each wire connection. The expansion curl shall be of sufficient length 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. 4. All splices shall be made with 3M DBR/Y-6 wire connectors. Use one wire connector per wire splice. An expansion loop of 18 inches shall be provided at each wire connection and/or directional turn. 5. Field splices between the automatic controller and electric control valves will not be permitted without prior approval of the City Inspector. K. 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 Page 14 of 45 APPENDIX A 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. Install per manufacturer's specifications. PART 3 — EXECUTION 3.01 INSPECTION: A. Site Conditions: All scaled dimensions are approximate. The Contractor shall check and verify all site dimensions. 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. A. Physical Layout: 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 Page 15 of 45 APPENDIX A 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 City Inspector immediately if obstructions prevent routing as denoted on plans. 3. Lay out irrigation 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 City Inspector. Do not exceed the maximum or minimum spacing indicated by the manufacturer. B. Water Supply: 1. Sprinkler irrigation system is existing. C. Electrical Supply: 1. Electrical points of connection are existing. 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 Page 16 of 45 APPENDIX A organic debris such as plant refuse.. Backfill shall be mechanically compacted in landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas. Backfill will conform to adjacent grades without dips, sunken areas, humps or other surface irregularities. 2. A fine granular material backfill will be initially placed on all lines. No foreign matter larger than one-half (1/2) inch in size will be permitted in the initial backfill. 3. 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 six (6) inches from Page 17 of 45 APPENDIX A each other and from lines of other trades. Parallel lines shall not be 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 mainline piping, low voltage and high voltage wiring. E. 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. Square boxes with adjacent paving in a neat manner, squared to the walk and each other. Allow a minimum of 12" between valve boxes if grouped together. 2. Install valve decoders on one remote control box per group. F. 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. G. Sprinkler Heads: 1. Install the sprinkler heads or emitters as designated on the 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: Page 18 of 45 3 L Adjustment of the System: s� El APPENDIX A 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. 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. Lowering or raising of sprinkler heads by the Contractor shall be accomplished within five (5) days after notification by the City Inspector. All sprinkler heads shall be set perpendicular to finished grade unless otherwise designated on the plan. Testing of Irrigation System: 2. 3. 4. 5. 91 The Contractor shall request the presence of the City Inspector at the intervals listed below in advance of any testing. The Contractor shall provide "walkie-talkies" for communication from the review area to the controller location. The Contractor shall provide current record drawings at each review. 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. 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. All hydrostatic tests shall be made in the presence of the City Inspector. 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. The Contractor shall make all necessary provisions for thoroughly bleeding the line of air and debris. 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, Page 19 of 45 APPENDIX A 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. 9. 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 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 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. 3.09 OBSERVATION SCHEDULE: A. The contractor shall be responsible to establish a schedule of observations with the proper City staff. Page 20 of 45 APPENDIX A ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 - TREES, SHRUBS, & GROUND COVER PART1-GENERAL 1.01 DESCRIPTION A. Related Requirements: Review the Contract General Provisions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: Excavation of plant pits and beds Provide plant materials and related items Finish grading of planted areas Warranty and replacements C. Related Work in Other Sections: Earthwork and Topsoil Placement - Subsection 308-2 Planting - Subsection 308-4 Irrigation System Installation- Subsection 308-5 Maintenance and Plant Establishment - Subsection308-6 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. B. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: "Standard Specifications" - Standard Specifications for Public Works Construction "ASTM" - American Society for Testing and Materials. "DIS" - Division of Industrial Safety. Apply standards for plant materials as described in the following: 1. An Annotated Checklist of Woody Ornamental Plants of California, Oregon and Washington, (Number 4091), McClintock and Leiser, Division of Agricultural Sciences, University of California, 1979. 2. American Standard for Nursery Stock, 1980 Edition, American Association of Nurserymen, Inc. 3. Hortus I//- 1976 Edition, Bailey Horatorium, Cornell University. C. Certificates: Page 21 of 45 APPENDIXA 1. Submit certificates of inspection required by law for transportation of each shipment of plants along with invoice. 2. File copies of certificates after acceptance of material. Inspection by Federal or State Governments at place of growth does not preclude rejection of plants at project site. 1.03 JOB CONDITIONS A. Protection of Existing Plants to Remain: See - "Site Demolition" of these Special Provisions and Subsections 7-9 and 300-1.1 of the Standard Specifications. 1. Operations: Do not store materials or equipment, permit burning, or operate or park equipment under the branches of all existing plants to remain except as actually required for construction in those areas. 2. Barriers: Provide barricades, fences or other barriers as necessary at the drip line to protect existing plants to remain from damage during construction. 3. Notification: Notify City Engineer when Contractor feels other construction activities may damage existing plants to remain. B. Replacement of Damaged Plants: 1. Replacement Replace existing plants to remain which are damaged during construction with accepted plants of the same species and size as those damaged at no cost to City of Newport Beach in conformance with Subsection 7-9 of the Standard Specifications 2. Inspection: City Engineer shall determine extent of damage and value of damaged plants. 1.04 SUBMITTALS A. Samples: Submit prior to delivery to site. Attach product name, address of manufacturer and/or supplier to each sample. 1. Tree and Shrub Planting Fertilizer. '/2- pint. 2. Tree Ties: One (1) for each type (sample). 3. Wood Chip Mulch: One (1) gallon (sample). B. Product Data: Manufacturer's current specifications. Catalog cuts, data sheets and installation instructions. C. Test Reports: Three (3) copies to be sent by testing laboratory directly to City Engineer. D. Submittal Schedule: All products in this section which is required for submittal shall be included in one Division Two submittal package. Page 22 of 45 APPENDIX A E. Shop Drawings: Locations of fences and/or barriers at drip lines of existing trees/plants to remain. 1.05 WORK SCHEDULE: Proceed with the work as rapidly as the site becomes available, consistent with normal seasonal limitations for planting work. 1.06 SELECTION, TAGGING AND ORDERING OF PLANT MATERIAL A. Documentation: Submit documentation within 30 -days after award of Contract that all plant materials have been ordered. Arrange procedure for review of plant materials at time of submission. B. Review: Submit a written request for review of plant materials and quantity at place of growth at least ten (10) working days prior to shipment to site. The City Engineer reserves the right to refuse review at this time if, in the City Engineer's judgment, a sufficient quantity of plants is not available. C. Tagging: Landscape Contractor shall accompany the City Engineer and Landscape Architect for all reviews and tagging plants at place of growth and upon delivery for conformity to specifications. D. Distant Material. Submit photographs with a person adjacent to plants for preliminary review. Should the contractor desire the City Inspector to inspect the plant material at the nursery prior to delivery, the Contractor shall notify the City Inspector one week prior to this requested inspection. The City Inspector shall invoice the Contractor for the inspection on an hourly basis, portal to portal, including any other expenses incurred. All such invoices shall be paid to the City Inspector prior to any other inspections by the City inspector to the project site. Such review shall not impair the right of review and rejection during progress of the work. E. Unavailable Material. If proof is submitted that any plant specified is not obtainable, a proposal will be considered for use of the nearest equivalent size or variety with corresponding adjustment of Contract price. Substantiate such proof in writing no later than 30 -days after award of contract. F. Special Conditions: The above provisions shall not relieve Contractor of the responsibility of obtaining specified materials in advance if special growing conditions or other arrangements must be made in order to supply specified materials. 1.07 PRODUCT DELIVERY, STORAGE AND HANDLING A. Labeling: Furnish standard products in manufacturer's standard containers bearing original labels legibly showing quantity, analysis, genus/species and name of manufacturer/grower. Page 23 of 45 APPENDIX A B. Storage: Store products with protection from weather or other conditions which would damage or impair the effectiveness of the product in conformance with Subsections 4-1 of the Standard Specifications. Protect metal containers from sun during summer months with temperatures above 80 degrees F. C. Handling: Do not lift or handle container plants by tops, stems or trunks at any time. Do not bind or handle plants with wire or rope at any time. D. Anti -Desiccant: At Contractor's option, spray all evergreen or deciduous plant material in full leaf immediately before transporting with anti - desiccant. Apply an adequate film over trunks, branches, twigs and foliage. 1.08 ANALYSES OF SAMPLES AND TESTS A. Sampling: City Engineer reserves the right to take and analyze samples of materials for conformity to specifications at any time. Furnish samples upon request. B. Rejected Materials: Remove rejected materials immediately from the site at Contractor's expense. Pay cost of testing of materials not meeting specifications. 1.09 ESTABLISHMENT PERIOD AND FINAL ACCEPTANCE: See - "Landscape Establishment and Maintenance" of these Special Provisions. 1.10 WARRANTY PERIOD A. Warranty: Warrant in writing that all trees planted under this Contract will be healthy and in flourishing condition of active growth one (1) year from date of Final Acceptance. B. Delays: All delays in completion of planting operations which extend the planting into more than one (1) planting season shall extend the Warranty Period correspondingly. C. Condition of Plants: Plants shall be free of dead or dying branches and branch tips, with all foliage of a normal density, size and color. D. Replacements: As soon as weather conditions permit, replace, without cost to City of Newport Beach all dead plants and all plants not in a vigorous, thriving condition, as determined by City Inspector during and at the end of Warranty Period. E. Exclusions: Contractor shall not be held responsible for failures due to neglect by City of Newport Beach, vandalism, etc., during Warranty Period. Report such conditions. Page 24 of 45 APPENDIX A 1.11 REPLACEMENTS A. General: 1. Plant materials exhibiting conditions which are determined by the City Engineer as being unacceptable due to workmanship by the Contractor shall be repaired and/or replaced at no additional cost to the City of Newport Beach in conformance with Subsection 4-1 of the Standard Specifications. 2. Closely match replacements to adjacent specimens of the same species. Apply all requirements of this Specification to all replacements. B. Replacement Quantities: Contractor shall be held responsible for a maximum of two replacements for each failed tree after final acceptance during warranty period. 2.01 PLANT MATERIALS A. General: 1. Growing Conditions: Plants shall be nursery -grown in accordance with good horticultural practices under climatic conditions similar to those of project for at least two years and shall conform to the requirements of Subsection 212-1.4, unless otherwise specifically authorized. 2. Appearance: All plants shall be exceptionally heavy, symmetrical, tightly knit, so trained or favored in development and appearance as to be superior in form, number of branches, compactness and symmetry. 3. Vigor: Plants shall be sound, healthy and vigorous, well branched and densely foliated when in leaf. They shall be free of disease, insect pests, eggs, or larvae. They shall have healthy, well-developed root systems. Plants shall be free from physical damage or adverse conditions which would prevent thriving growth. 4. Container Stock: Verify that all container stock has been grown in the containers in which delivered for at least six (6) months, but not over two (2) years. Samples must prove to be free of kinked, circling or girdling roots and with no evidence of a pot-bound condition. Do not install container plants that have cracked or broken balls of earth when taken from container. B. Measurements: Page 25 of 45 APPENDIX A 1. General: Measure plants when branches are in their normal upright position. Height and spread dimensions specified refer to main body of plant and not branch tip to tip. Take caliper measurement at a point on the trunk six (6) inches above natural ground line for trees up to four (4) inches in caliper and at a point 12 -inches above the natural ground line for trees over four (4) inches in caliper. 2. Size Range: If a range of size is given, do not use plant materials less than the minimum size. Not less than 40% of the plants shall be as large as the maximum size specified. The measurements specified are the minimum size acceptable and are the measurements after pruning, where pruning is required. Plants that meet the measurements specified, but do not possess a normal balance between height and spread shall be rejected. 3. Substitutions: Substituted plants shall be true to species and variety and shall conform to measurements specified except that plants larger than specified may be used if accepted. Use of such plants shall not increase Contract price. If larger plants are accepted, increase the ball of earth in proportion to the size of the plant. C. Pruning: Do not prune plants before delivery. For pruning after installation, see - "Landscape Establishment and Maintenance" of these Special Provisions. D. Condition: Trees which have multiple leaders, unless specified, or damaged or crooked leaders will be rejected. Trees having a main leader shall not have been headed back. Trees with abrasions of the bark, sunscalds, disfiguring knots, or fresh cuts of limbs over %-inch which have not completely callused, will be rejected. 2.02 BACKFILL MIX FOR ON -GRADE PLANT PITS: See - "Soil Preparation" of these Special Provisions. 2.03 COMMERCIAL FERTILIZERS: See - "Soil Preparation" of these Special Provisions. 2.05 WATER A. Clean, fresh and potable, furnished and paid for by Contractor. B. Transport as required. 2.06 WOOD CHIP MULCH A. Ground tree and shrub trimmings, zero (0) inch to two (2) inches diameter free of sticks, dirt, dust and other debris, as accepted. B. Manufacturer: Whittier Fertilizer of Whittier, CA Telephone: (310) 699- 3461. Page 26 of 45 APPENDIX A 2.07 ANTI -DESICCANT A. Anti -desiccants for retarding excessive loss of plant moisture and inhibiting wilt shall be sprayable, water insoluble vinyl-vinyledine complex which will produce a moisture retarding barrier not removable by rain. B. Wilt-pruf Formula NCF as manufactured by Nursery Specialty Products, Greenwich, Connecticut, or accepted equal. PART 3 - EXECUTION 3.01 PREPLANT REVIEW A. General, Do not commence planting work prior to acceptance of soil preparation. B. Finish Grades: Finish grades for all planting areas shall have been established in another section. Verify that all grades are within one (1) inch plus or minus of required finish grade and that all soil amendments have been installed as specified under "Soil Preparation" of these Special Provisions. C. Notification: Submit written notification of all conditions inconsistent with specifications for soil preparation and mixing as described in "Soil Preparation" of these Special Provisions. 3.02 DRAINAGE OF PLANTING AREAS A. Surface Drainage: Maintain positive surface drainage of planted areas as established under "Landscape Grading" of these Special Provisions. B. Discrepancies: Submit in writing, all discrepancies in the Drawings or Specifications, obstructions on the site, or prior work done by others, which Contractor feels precludes maintaining proper drainage; include description of all work required for correction or relief of said discrepancies. C. Detrimental Drainage, Soils and Obstructions: 1. Notification: Supply written notification of all conditions detrimental to growth of plant material. State condition and submit proposal and cost estimate for correcting condition. 2. Testing: Test drainage of plant beds and pits by filling with water twice in succession. Give written notification of conditions permitting the retention of water in planting beds for more than 24 - hours. Page 27 of 45 APPENDIX A 3. Correction: Submit for acceptance a written proposal and cost estimate for the correction before proceeding with work. 4. Obstructions: If rock, underground construction work, tree roots or other obstructions are encountered in the excavation of plant pits, alternate locations may be used as directed. Where locations cannot be changed, submit cost required to remove the obstructions to a depth of not less than six (6) inches below the required pit depth. Proceed with work after acceptance. 3.03 LAYOUT AND EXCAVATION OF PLANTING AREAS A. Layout and Staking: Lay out plants at locations shown on Drawings in conformance with Subsection 308-4.2 of the Standard Specifications. Use color -coded wire flags for each species of plant material. Stake each tree, vine and major shrub. Outline shrub and ground cover beds with lime. Locations of plants will be checked in the field by the City Engineer and Landscape Architect and shall be adjusted to exact position before planting begins. Right is reserved to refuse review at this time if, in the Engineers opinion, a sufficient quantity of plants is not available. B. Plant Pits: Excavate the planting pits for trees and shrubs which shall be minimum twice the diameter and equal to the depth of the root ball. 3.04 PLANTING OPERATIONS A. General: Planting work shall conform to the requirements of Subsection 308-4 of the Standard Specifications and as contained herein. 1. Protect plants at all times from sun or drying winds. 2. Keep plants that cannot be planted immediately upon delivery in the shade, well -protected and well -watered. B. Handling of Plant Materials: Remove canned stock carefully after cans have been cut on two sides with accepted cutter. Do not use spade to cut cans. Lift and handle plants only from the bottom of the ball. If rootball is cracked or broken during handling, plant shall be rejected. 3.07 MULCHING A. Install a three (3) inch minimum deep layer of mulch over all flat shrub areas including tree and shrub watering basins on slopes. 3.08 GROUND COVER PLANTING A. Tilling: Surface soil in areas to be planted with ground cover shall be tilled in conformance with Subsection 308-2.3 of the Standard Specifications. Page 28 of 45 APPENDIX A Planting soil amendments should be uniformly broadcast and thoroughly incorporated to a depth of eight (8) inches by means of rototiller or equal. B. Planting: Plant ground cover plants at optimum depth for proper growth. Avoid air pockets. Equally space triangularly, at distances called for in the Drawings. C. Watering: Water bed thoroughly after fertilizer application. Wash all fertilizer from leaves of plant materials. 3.09 CLEAN UP A. General: Keep all areas of work clean, neat and orderly at all times in conformance with Subsection 7-8 of the Standard Specifications. Debris: Upon completion of work, remove off the site all surplus materials, tools, equipment, rubbish and debris resulting from the work in conformance with Subsection 7-8 of the Standard Specifications. Page 29 of 45 APPENDIX A f ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 —LAWNS AND GRASSES (PLUGS) 1.01 SUMMARY A. This Section includes materials, labor, apparatus, tools, equipment, temporary construction, transportation, and services necessary for and incidental to performing the proper completion of Work, as required to make a complete Ornamental Grass (via sown plugs) installation, as shown on the Contract Drawings, and as specified herein this Section. B Work under this Section consists of, but is not necessarily limited to, furnishing and installing the following: 1. Sown Ornamental Grass (via Plugs). C. Related Sections. The following Sections contain requirements that relate to Work in this Section: 1. Section 312219 — Landscape Grading. 2. Section 329113 — Soil Preparation. 3. Section 329813 — Landscape Establishment Period. 1.02 DEFINITIONS AND APPLICABLE STANDARDS A. Definitions: 1. Plant Material(s): Refers to living plant species, inclusive of ornamental grass (via sown plugs) for the Project. 2. Planting Area (PA): As denoted on the Contract Drawings, shall refer to areas to be installed with Plant Material(s), or areas where existing vegetation shall be protected. B. Reference Standards: 1. An Annotated Checklist of Woody Ornamental Plants of California, Oregon, and Washington, (Number 4091), McClintock and Leiser, Division of Agricultural Sciences, University of California, 1979. 2. American National Standard for Nursery Stock (ANSI Z60.1). American National Standards Institute, and American Association of Nurserymen, Latest edition, 3. American Joint Committee on Horticultural Nomenclature, 1942 Edition of Standardized Plant Names. 4. Hortus l//, 1976 Edition, Liberty Hyde Bailey Hortorium, Cornell University. 5. The Hillier Gardener's Guide to Trees and Shrubs, 4th Edition, 1978. 6. Manual of Cultivated Conifers, Den Ouden & Boon, 1978. 7. Datascape Guide to Commercial Nomenclature, American Nurserymen Publishing Co., Chicago, IL, 1994. Page 30 of 45 APPENDIX A 8. American National Standard for Tree Care Operation, Tree, Shrub, and Other Woody Plant Maintenance (ANSI A300), American National Standards Institute, Latest Edition. C. Measurements: 1. SQ/FT: Measurement, in square -foot. 2. O.C.: Measurement used for On -Center spacing. 1.03 SUBMITTALS A. General: Submit each item in this Article in four (4) bound Submittal Booklets. B. Each Submittal Booklet under this Section shall be tabbed into specific sections, containing clearly identified (through yellow highlighter or other identification methods) and legible information on the following landscape information indicated in this Article: 1. Product Data: Manufacturer's current catalog cuts and specifications for materials included herein this Section. 2. Certifications: a). Certificates of inspection as required by law for transportation of each shipment of plant material as required. 3. Delivery Tickets: As requested, signed and stamped original delivery tickets of each material delivered to Project Site. C. Samples: (Not Required) D. Submittals under this Article will be rejected and returned without the benefit of review by the Landscape Architect if they are difficult to read due to insufficient scale, poor image quality, or poor drafting quality; or if the required information is missing or not presented in the format as requested. E. No Work shall proceed under this Section until Submittal requirements indicated herein have been reviewed accordingly by the Landscape Architect. 1.04 QUALITY ASSURANCE & CONTROL A. Installer Qualifications: 1. Requirement: Valid California C-27 (Landscaping Contractor) License. 2. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that installations under this Section are in progress. B. Observation: Landscape Architect may observe installation Work herein this Section at Project Site for compliance with requirements for type, size, and quality. Landscape Architect retains right to observe installation of products for defects and to reject unsatisfactory or defective material or installation at any time during progress of Work. Contractor shall remove rejected Work immediately from Project site. Page 31 of 45 APPENDIX A 1.05 DELIVERY, STORAGE, AND HANDLING A. Plugs: 1. Harvest and Delivery: Deliver only as much plugs as can be installed in one (1) day's work. 2. Review: Plugs not transplanted within this time period shall be reviewed by the Landscape Architect prior to installation. 1.06 PROJECT SITE CONDITIONS A. General Requirements: Installation under this Section shall be performed only during the time of day and during seasons when satisfactory results can be expected, unless authorized by the Landscape Architect. 1. Plugs: Install immediately after finish grading and irrigation installation are accepted. B. Climate Restrictions: Do not install Plant Materials under this Section during rainy or inclement weather. il��Y�Y�Jb�r�li�)tr[�7►[+9 A. Consideration: Materials to be considered equal to the Materials indicated herein this Section shall be reviewed by the Landscape Architect. Materials with equal performance characteristics produced by other Manufacturer's and/or Distributors may be considered, providing deviations in dimensional size, color, composition, operation, and/or other characteristics do not change the design concept, aesthetic appearance, nor intended performance, as solely judged by the Landscape Architect. The burden of proof on product equality is on the Contractor. B. Specific reference to Manufacturer's names and products specified herein are used as standards of quality. This implies no right to the Contractor to substitute other materials without prior written approval by the Landscape Architect for Work under this Section. C. Materials substituted and installed by the Contractor, without prior written approval by the Landscape Architect, may be rejected. Contractor shall not be entitled to be compensated by the Owner where the Contractor has installed rejected substitutions without receiving prior written approval. D. Contract Price: Substituted Materials under this Section shall not increase the Contract price. 1.08 WARRANTY Page 32 of 45 APPENDIX A A. Time Period: Warrant Plant Materials under this Section are established and in a healthy and flourishing condition of active growth six (6) months from date of Final Acceptance. B. Appearance During Warranty: Plug areas shall be free of dead or dying patches, and shall show foliage of a normal density, size and color. C. Delays: Delays caused by the Contractor in completing planting operations under this Section which extend the planting into more than one (1) planting season shall extend the Warranty Period correspondingly. D. Coverage: Warrant growth and coverage of Plug installation to the effect that a minimum of 90% of the area planted shall be covered and of acceptable appearance with the specified planting after one (1) growing season, with no bare spots. 1. Exceptions: Contractor shall not be held responsible for failures due to neglect by Owner, vandalism, or natural disaster during Warranty Period. Report such conditions in writing. 1.09 FINAL ACCEPTANCE AND LANDSCAPE ESTABLISHMENT PERIOD A. Refer to Section 329813 — Landscape Establishment Period. PART2-PRODUCTS 2.01 ORNAMENTAL GRASS MATERIALS (PLUGS) A. General: 1. Provide plug installation of Ornamental Grass areas as designated on the Contract Drawings. B. Ornamental Grass Plug Material: 1. Plugs shall consist of live, growing, mature nursery -grown field stock, and shall arrive with a lush appearance, uniform texture, and a deep green color typical of the selected ornamental grass species. 2. Plugs shall contain a healthy, virile root system of dense, strong, thickly matted roots throughout, with no dead or dry edges, and capable of vigorous growth and development when planted. Plugs shall be sufficiently dense to bear handling and placement without tearing. 3. Plugs shall be free of thatch, diseases, and harmful insects, and reasonably free from noxious or broadleaf weeds or other grasses, and shall not contain any other matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. a). Entire lot of Plugs shall be rejected if found to contain the following weeds: common Bermuda grass, quackgrass, nutgrass, johnsongrass, poison ivy,nimbleweed, thistle, bindweed, bentgrass, perennial sorrel, or bromegrass. Page 33 of 45 APPENDIX A Ornamental Grass Plug Species: a). Type: As indicated on the Contract Drawings. Plugs to be acquired through pre -arranged contract -grown nursery source. Contact City of Newport Beach for source. 2.02 FERTILIZERS A. Fertilizer Tablet: 1. General: Fertilizer Tablet shall be a 7 -gram tablet, organic -based, tightly compressed chip -type commercial grade, 12 -month slow- release planting tablets, and shall be composed of the following available percentages by weight of plant food: ElementlMaterial Targeted Property Range Nitrogen N _ 12.0% minimum Phosphoric acid (as 8.0% minimum P2O5 Potash as K2O 8.0% minimum Humus 20.0% minimum Humic Acids w/ 4.0% minimum micronutrients and soil enhancers 2. Commercial -Grade Products & Manufacturers: Subject to compliance with requirements, provide products by one (1) of the following: a). Gro -Power 12-8-8 Planting Tablets, Gro -Power, Chino, CA 909-393-3744. b). Application Rate: As indicated herein Part III this Section, or equal, as approved by the Landscape Architect. PART 3 — EXECUTION 3.01 EXAMINATION A. Verification of Conditions: 1. Grades: Verify that grades are within one -inch (1 ") plus or minus of the required finished grades. Verify that applicable soil preparation has been installed under other Sections of the Contract Specifications. Report all variations in writing. 2. Irrigation System: Verify that the irrigation system is installed and 100% coverage of the subject area is complete, tested, and in full working order. Complete installation of the irrigation system is a prerequisite for commencing work under this Section. 3. Stones, Weeds, and Debris: Verify that planting areas under this Section are clear of stones larger than 1-1/2 in. diameter, and that weeds, debris and other extraneous materials have been removed prior to installation. Page 34 of 45 APPENDIX A 3.02 PREPARATION A. Limit sub -grade preparation to areas that will be planted in the immediate future. B. Excessive Soil Moisture: Do not commence Work under this Section when Soil Moisture Content is so great that excessive compaction to the soil will occur during installation. City and/or Landscape Architect shall be the sole judges as to a acceptable soil moisture content. C. Inadequate Soil Moisture: Apply water, in quantity as necessary, to bring soil to a optimum moisture content for installation under this Section. Do not work soil when it is so dry that dust will form in air or where clods will not readily break apart. 3.03 ORNAMENTAL GRASS PLUG INSTALLATION A. Delivery: Plugs shall be delivered and installed at the Project Site within twenty-four (24) hours after leaving nursery. Plugs not installed within this time period shall be inspected and approved or rejected by the Landscape Architect. B. Protection: Protect root system of the plugs from exposure from the weather, including dehydration, contamination, and heating during transportation to the site and delivery. In hot, dry, or windy weather conditions, plugs at the Project Site shall be lightly sprinkled with water to prevent plug edges from drying out. C. Allowance Period for Soil Settlement: Ornamental Grass plug installation shall be started only after soil preparation and finish grading has been completed and soil has been permitted to settle under full irrigation during deep -water leaching operations for a minimum of one (1) week. D. After Allowance Period of Soil Settlement has expired, the areas to be plugged shall be loosened to a depth of two -inches (2"), raked, and floated to the final finished grade by a standard acceptable method. Finished areas shall be kept moist, even, and smooth, free from ridges and depressions, rocks, debris, and dirt clods, and reasonably well firmed. E. Compaction and Final Grading: Contractor shall provide plug beds that will not "footprint'. Lightly rake and roll soil with two -hundred (200) pound water - ballast roller (filled 1/3 — 1/2 full), and bring level firm to finish grade. Final rolling shall be at right angles to slopes to prevent erosion. Sub -soil finish grade shall be sufficiently below the final grade to allow for the thickness of the plug material. Page 35 of 45 APPENDIX A F. Raking: After broadcasting starter fertilizer, lightly rake and smooth soil surface to 1/4 in. depth. Install plugs immediately thereafter, provided the plug bed has remained in a friable condition. G. Plugging Operations: 1. Remove plug from container, keeping roots intact. 2. Plug Spacing: Twelve -inches (12") on -center in both directions, or as indicated on the Contract Drawings. 3. Excavate hole in grade at twice the diameter of the plug rootmass. 4. Set plug in excavated hole; firmly pack excavated soil backfill around plug. 5. Set Fertilizer Tablet(s) in soil backfill, at prescribed Application Rate per Manufacturer's recommendation. H. Initial Watering: Water with fine spray until Plug bed is moistened to a depth of four -inches (4"). Do not use a jet nozzle or permit disturbance of surface of Plug bed. 1. During first week, water daily to supplement rainfall as necessary to maintain moist soil to a minimum depth of two -inches (2") below the surface. Repeat watering at regular intervals until Plugs have thoroughly and adequately established themselves. 2. Protect Plugged areas against hot, dry weather or drying winds. Apply supplemental water, in quantity as required, under these adverse conditions. 3. Once established, decrease the watering frequency and increase the amount of water per application, as required to maintain adequate growth. Protection on Site: Erect temporary barricades, warning signs & flags, as required. Protect the plugged areas against vehicular traffic, pedestrian traffic, rodents, and/or other pests until plugged areas have established growth to the satisfaction of the City or Landscape Architect. J. Plug Establishment: 1. Replace dead or dying plugs with new plugs. 2. Eradicate weeds throughout, as required to maintain a weed -free condition, throughout the duration of the Landscape Establishment Period, until final acceptance by the City is granted. Apply herbicides uniformly at the Manufacturer's recommended rate. 3. Dispose of protective barricades and warning signs at the termination of the Landscape Establishment Period. 3.04 FIELD QUALITY CONTROL A. Tests: Samples of materials may be taken and tested for conformity to the Contract Specifications at any time by the Landscape Architect. B. Rejected Materials: Remove rejected materials immediately from the site at Contractor's expense. Pay cost of testing of materials not meeting the Contract Specifications. Page 36 of 45 APPENDIX A C. Intent: A consistent, thriving, and even cover of installed plugs is the intent of this Section. [e1Li-6we] IzF,I211i,Eel A. Erosion: Immediately restore eroded areas. Keep adjacent paved surfaces cleaned of dirt, mud or stains and organic debris. Page 37 of 45 APPENDIX A ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 — LANDSCAPE ESTABLISHMENT AND MAINTENANCE 1.01 DESCRIPTION A. Related Requirements: Review the Contract General Provisions and Division One, General Requirements, of these Special Provisions, which contain information and requirements that apply to this Section. B. Work Included: Provide 45 -Day Planting Establishment and 45 -Day Maintenance Period, complete as specified C. Related Work in Other Sections: Earthwork and Topsoil Placement - Subsection 308-2 Planting - Subsection 308-4 Irrigation System Installation- Subsection 308-5 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. 1. Provide for all inspections and permits required by Federal, State, or local authorities in furnishing, transporting, and installing of all agricultural chemicals. 2. The County Agricultural Commissioner's Office must, by law, be given a monthly record of all herbicides, insecticides and disease control chemicals used. Provide evidence to City of this submittal. B. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: • "Standard Specifications" - Standard Specifications for Public Works Construction • "ASTM" - American Society for Testing and Materials. • "DIS" - Division of Industrial Safety. Apply standards for plant materials as described in the following: Fertilizing Woody Plants, University of California, Cooperative Extension Leaflet #2958, September 1979. Pruning Landscape Trees, University of California, Cooperative Extension Leaflet #2574, January 1979. Page 38 of 45 1.03 APPENDIX A Staking Landscape Trees, University of California Publication AXT-311 C. Work Force: 1. Experience: The planting establishment firm shall have a full time foreman assigned to the job for the duration of the contract in conformance with Subsection 7-6 of the Standard Specifications. He shall have a minimum of four years of experience in planting establishment supervision, with experience or training in turf management, entomology, pest control, soils, fertilizers and plant identification. 2. Labor Force: The planting establishment firm's labor force shall be thoroughly familiar and trained in the work to be accomplished and perform the task in a competent, efficient manner acceptable to the City Engineer. 3. Supervision: The foreman shall directly employ and supervise the work force at all times. At least one (1) English speaking supervisor must be on site when work is being performed. Notify City Engineer of all changes in supervision. SUBMITTALS A. Submit to City Engineer for approval, two (2) copies each of the following items: 1. Schedule of establishment operations and monthly status report including list of all equipment and materials proposed for the job. 2. Written application recommendation by a licensed agricultural pest control advisor for all weed, pest and disease controls restricted by the Director of Agriculture proposed for this work. 3. All licenses and insurance required by the City of Newport Beach and the State or Federal government pertaining to this work. 4. Monthly record of all herbicides, insecticides and disease control chemicals used for the project. PROJECT CONDITIONS A. Site Visit: At beginning of establishment period, visit and walk the site with the City Engineer to clarify scope of work and understand existing project/site conditions. B. Documentation of Conditions: Document general condition of existing trees, shrubs, vines, ground covers and lawn recording all plant materials which are damaged or dying, if any. C. Irrigation System: Document general condition of existing irrigation system, making sure that faulty electrical controllers, broken or inoperable sprinkler heads are reported. Page 39 of 45 APPENDIX A 1.05 SCHEDULING A. Perform all establishment during hours mutually agreed upon between City Engineer and Contractor. B. Work force shall be present at the project site at least once a week and as often as necessary to perform specified establishment in accordance with the approved establishment schedule. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Fertilizers: "Tri -C" Tri -C Enterprises LLC 4011 Schaefer Ave Chino, CA 91710 (800)927-3311 B. Herbicides: Chevron Chemical Company 575 Market Street San Francisco, CA 94105 (415)894-0880 Rhone-Poulenc Chemical Company Agro Chemical Division P.O. Box 125 Mon Mouth Junction, NJ 08852 (201)297-0100 Ciba-Geigy Corporation Agricultural Division P.O. Box 1830 Greensboro, NC 27419 (919) 292-7100 Elanco Products Company 740 S. Alabama St. Indianapolis, IN 46285 (317) 261-3638 The DOW Chemical Company P.O. Box 1706 Midland, MI 48640 Page 40 of 45 APPENDIX A (517)636-0236 3M Company -Agri Chemicals Project 3M Center, Bldg. 223-6SE St. Paul, MN 55144 (317)261-3000 2.02 MATERIALS A. General: All materials and equipment, unless otherwise indicated, shall be provided by the Contractor. B. Water: Clean, potable and fresh, furnished and paid for by the Contractor. Transport as required. C. Fertilizers: 1. Top Dress Fertilizer: Tri -C 6-2-4-+ 5%S D. Herbicides, Insecticides, and Fungicides: 1. Obtain best quality materials with original manufacturers' containers, properly labeled with guaranteed analysis. 2. Use non -staining materials. E. Replacement Tree Guys, Stakes, Ties and Wires: Match existing materials on the site (Provide detail(s) in 8 -'/z -inch x 11 -inch format if necessary). PART 3 - EXECUTION 1111we3Q11:13_n A. Duration: Continuously maintain each plant and each portion of ground cover area after installation, during progress of work, and for a period of 45 -days after completion of all planting work in conformance with Subsection 308-6 of the Standard Specifications until Final Acceptance. B. Protection: 1. Protect all planting areas from damage of all kinds from beginning of work until Final Acceptance. 2. Establishment includes temporary protection fences, barriers and signs as required for protection. C. Replacements: 1. Immediately treat or replace all plants that become damaged or injured, as directed by City Engineer at no additional cost to City of Newport Beach. Page 41 of 45 APPENDIX A 2. Replacement plants shall be of a size, condition and variety acceptable to City Engineer. 3.02 SHRUBS A. Watering Basins: 1. Maintain all watering basins around plants so that enough water can be applied to establish moisture through major root zones. 2. In rainy season, open basins to allow surface drainage away from the root crown where excess water may accumulate. Restore watering basins at end of rainy season. 3. For supplemental hand watering of watering basins, use a water wand to break the water force. Do not permit crown roots to become exposed to air through dislodging of soil and mulch. 4. Maintain originally specified depth of mulch to reduce evaporation and frequency of watering. 5. Check for moisture penetration throughout the root zone at least once per week. B. Resetting: Reset plants to proper grades or upright position. C. Weed Control: 1. Control weeds, preferably with pre -emergent herbicides and with selective systemic herbicides. 2. All areas between plants, including watering basins, shall be weed free. 3. Use only recommended and legally approved herbicides to control weed growth. 4. Avoid frequent soil cultivation that destroys shallow roots and breaks the seal of pre -emergent herbicides. 3.03 GROUND COVERS A. Watering: 1. Check for moisture penetration throughout the root zone at least twice a month. 2. Water as frequently as necessary to maintain healthy growth of ground covers. B. Weed Controk 1. Control weeds, preferably with pre -emergent herbicides and with selective systemic herbicides. 2. Minimize hoeing of weeds in order to avoid plant damage. Page 42 of 45 APPENDIX A 3.05 INSECTS, PESTS, AND DISEASE CONTROL A. Inspection: Inspect all plant materials for signs of stress, damage and potential trouble from the following: 1. Presence of insects, moles, gophers, ground squirrels, snails and slugs in planting areas. 2. Discolored or blotching leaves or needles. 3. Unusually light green or yellowish green color inconsistent with normal green color of leaves. B. Personnel: Perform spraying for insect, pest and disease control only by qualified, trained personnel. C. Application: Spray with extreme care to avoid all hazards to any person or pet in the area or adjacent areas. 3.06 THE 45 -DAY PLANT ESTABLISHMENT PERIOD A. Preliminary Review. As soon as all plantings are completed per Contract Documents, hold a preliminary review to determine the condition of the work. B. Date of Review: Submit a written request to the City Engineer at least five (5) working days prior to anticipated date of review. C. Beginning of the 45 -Day Plant Establishment Period: The date on which the City Engineer issues a letter of Preliminary Acceptance to the Contractor. 3.07 THE 45 -DAY MAINTENANCE PERIOD A. Preliminary Review: Upon completion of the Plant Establishment Period, hold a preliminary review to determine the condition of the work. B. Date of Review. Submit a written request to the City Engineer at least five (5) working days prior to anticipated date of review. C. Beginning of the 45 -Day Maintenance Period: The date on which the City Engineer issues a letter of Completion of Plant Establishment to the Contractor. 3.08 FINAL ACCEPTANCE A. Acceptance: 1. Work will be accepted by the City Engineer upon satisfactory completion of all work, including Establishment Period and Page 43 of 45 APPENDIX A Maintenance Period, but exclusive of replacement of materials under the Warranty Period. 2. Submit a written request to City Engineer for review for Final Acceptance at least five (5) working days prior to anticipated Final Review date, which is at the end of the Maintenance Period. B. Corrective Work: 1. Work requiring corrective action or replacement in the judgment of the City Engineer shall be performed within ten (10) calendar days after the Final Review. 2. Perform corrective work and materials replacement in accordance with the Drawings and Specifications, and shall be made by the Contractor at no cost to the City of Newport Beach. 3. After corrective work is completed, the Contractor shall again request a Final Review for Final Acceptance as outlined above. 4. Continue establishment of all landscaped areas until such time as all corrective measures have been completed and accepted. C. Conditions for Acceptance of Work at End of Maintenance Period: 1. Each plant shall be alive and thriving, showing signs of growth and no signs of stress, disease, or any other weaknesses. 2. All plants not meeting these conditions shall be replaced and a 60 - Day Plant Establishment Period and 60 -Day Maintenance Period commenced for such plants. D. Final Acceptance Date: The date on which the City Engineer issues a Letter of Final Acceptance. Upon Final Acceptance, the City of Newport Beach will assume responsibility for maintenance of the work. E. Observation Schedule: The Contractor shall be responsible for notifying the Engineer in advance for the following observations, according to the following time schedule. The Contractor shall be familiar with the number and type of planting observations necessary prior to work. Typical observations may consist of, but not be limited to the following consecutive calendar day schedule: 1. Pre -job conference 7 days 2. Plant material inspection 7 days 3. Plant material layout/approval 7 days 4. Final planted locations 7 days 5. End of Construction punch list 7 days 6. End of Landscape Establishment Page 44 of 45 phase punch list APPENDIX A 7 days 7. End of Landscape Maintenance phase Punch list 7 days 8. Final observation at the end of the Maintenance Phase 7 days In the event the Contractor calls for an observation without record drawings, without completing previously noted corrections, or without preparing the system for proper observation to the satisfaction of the Engineer, the observation may be postponed. 3.09 WARRANTY PERIOD AND REPLACEMENTS OF PLANT MATERIALS A. Specific Requirements: Refer to the following sections of these Special Provisions: 1. 'Irrigation" 2. "Lawns and Grasses" 1. 'Trees, Shrubs and Ground Cover" Page 45 of 45 3� j February 23, I5 1.0 Summary of Work....................................................................................................... l 1.1 CONTRACT LIMITS.................................................................................................................. 1 1.2 DESCRIPTION OF WORK.......................................................................................................... 1 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK.................................................................................... 1 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS..............................................................................2 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS...................................................................... 2 1.6 CABLING REQUIREMENTS........................................................................................................ 3 1.7 RESPONSIBILITIES OFTHE CONTRACTOR.....................................................................................3 2.0 Contractor's Qualifications..........................................................................................5 2.1 GENERAL.............................................................................................................................5 2.2 REQUIREMENTS.....................................................................................................................5 3.0 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.12 3.13 3.14 3.15 3.16 3.17 3.18 3.19 3.20 4.0 4.1 4.2 4.3 4.4 4.5 Fiber Optic Cable .............................................. REQUIREMENTS...................................................... PAYMENT.............................................................. QUALITY CONTROL ................................................. GENERAL CONSIDERATIONS ...................................... FIBER CHARACTERISTICS ........................................... COLOR CODING ...................................................... GENERAL CABLE PERFORMANCE ................................ DROP CABLE.......................................................... FIBER PATCH CORDS ............................................... FIBER OPTIC FAN -OUT KITS ...................................... FIBER OPTIC CONNECTORS ....................................... FIBER OPTIC INSTALLATION ....................................... SPLICING............................................................... FIBER OPTIC CABLE ASSEMBLIES ................................ FIBER ASSIGNMENTS ............................................... FIBER OPTIC CABLE LINK TESTING .............................. INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE) INSERTION LOSS TEST PROCEDURES AND EXECUTION..... FIBER OPTIC CABLE ROUTE RECORDS ......................... #10 GREEN TRACER WIRE ....................................... Microduct................................................................................................................. 21 GENERAL. .......................................................................................................................... 21 REQUIREMENTS................................................................................................................... 21 QUALITYCONTROL.............................................................................................................. 21 MATERIAL.......................................................................................................................... 21 INSTALLATION..................................................................................................................... 21 1:\USERS\14\Jobs\114-1701 N8 Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTALC-5583(A).doc 5.0 Fiber Patch Panel/Wall Interconnect Unit .................................................................. 22 5.1 GENERAL ........................................................................................................................... 22 5.2 DESCRIPTION ...................................................................................................................... 27 6.0 Fiber Distribution Unit /FDLAand Rack ...................................................................... 23 6.1 GENERAL ........................................................................................................................... Z3 6.2 DESCRIPTION VpFDU.......................................................................................................... 23 63 DESCRIPTION 0FRACK .......................................................................................................... 23 6.4 INSTALLATION ................................................ .................................................................... Z4 7.0 Splice Closures .......................................................................................................... 25 7.1 GENERAL ........................................................................................................................... Z6 72 INSTALLATION ...... .............................................................................................................. 25 8.0 Ethernet System ........................................................................................................ 27 8] GENERAL ............................................................................................. ............................. 27 82 [AT6-ACABLE ................................................................................................................... 27 8.3 INSTALLATION ..................................................................................................................... 27 8.4 TESTING .......................................................................... .................................................. 27 8.5 WARRANTY ........................................................................................................................ 27 9.0 Power Strip ............................................................................................................... 28 9.1 GENERAL ...................... .................................................................................................... 2K 9.2 WALL -MOUNTED POWER STRIP ............................................................................................. 28 9] l9'|N[HRACK-MOUNTED POWER STRIP .............................................. .................................. 28 l&J} Ethernet Radio System ...................................................................................... ^....... 3O 101 GENERAL ........................................ .................................................................................. 3O 10.2 REQUIREMENTS ................................................................................................................... 3O 103 TESTING ............................................................................................................................. 3O 10.4 WARRANTY ........................................................................................................................ 3O 11.0 CCJVSvstenm............................................................................................................. 31 11.1 GENERAL ................................................................................................................ .......... 31 11.2 [[TVDOmEC&MEkv........................................................................... ............................. 31 113 CCTV VIDEO ENCODER ....................... ................................................................................ ]1 11.4 CCTV INTEGRATED CAMERA CABLE .......................................................................... ............. 33 12.0 Conduit ................................................................................................................. ^... 34 12.1 GENERAL ........... ......................... —........................................................................... .34 122 REQUIREMENTS ............................................................................. ..................................... ]4 123 QUAUTYCONTROL .................................... .................................... ........... ........................ 34 12.4 HDPE SCHEDULE DDCONTINUOUS CONDUIT ................................ .......................................... 34 12.5 PVC SCHEDULE 8UCONDUIT ................................................................................................. 3S J:\oScxS\z*uo^a)z4-zro1woDover ooveWoC$»eCxux/1/uzDover SPECS SUP ,amswnuco5o3m>.uw iii 13.0 Pull Boxes................................................................................................................. 38 13.1 GENERAL........................................................................................................................... 38 13.2 PULL BOX AND PULL BOX COVER............................................................................................ 38 13.3 INSTALLATION REQUIREMENTS............................................................................................... 38 13.4 INSTALLATION DETAIL........................................................................................................... 39 14.0 Twisted Pair Cable..................................................................................................... 40 14.1 GENERAL........................................................................................................................... 40 14.2 REQUIREMENTS................................................................................................................... 40 14.3 CABLE MARKING................................................................................................................. 40 14.4 QUALITY CONTROL.............................................................................................................. 40 14.5 GENERAL CONSIDERATIONS................................................................................................... 40 14.6 INSTALLATION..................................................................................................................... 41 14.7 COMMUNICATION LINK TESTING............................................................................................ 41 15.0 Controller Cabinet Assemblies................................................................................... 42 15.1 GENERAL.. ......................................................................................................................... 42 15.2 DOCUMENTATION............................................................................................................... 42 15.3 WARRANTY........................................................................................................................ 42 15.4 CABINET STANDARDS........................................................................................................... 42 15.5 CABINET WIRING................................................................................................................. 43 15.6 CABINET EQUIPMENT............................................................................................................ 45 16.0 Standards, Steel Pedestals, and Posts ........................................................................48 16.1 GENERAL........................................................................................................................... 48 16.2 FOUNDATIONS....................................................................................................................48 16.3 PAINT AND POWDER COATING............................................................................................... 48 17.0 Service Enclosures.....................................................................................................49 17.1 GENERAL...........................................................................................................................49 18.0 Signal Faces............................................................................................................... 50 18.1 VEHICLE SIGNAL FACES......................................................................................................... SO 18.2 PEDESTRIAN SIGNAL FACES.................................................................................................... SO 18.3 LIGHT EMITTING DIODE (LED) MODULES................................................................................ SO 18.4 PAINT AND POWDER COATING............................................................................................... 50 19.0 Vehicle Detectors...................................................................................................... 51 19.1 INDUCTIVE LOOP DETECTORS................................................................................................. 51 20.0 Push Button Assemblies............................................................................................ 52 20.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES.................................................................................. 52 20.2 BICYCLE PUSH BUTTON ASSEMBLIES........................................................................................ 52 20.3 PAINT AND POWDER COATING............................................................................................... 52 21.0 Lighting.....................................................................................................................53 J:\USERS\14\Jobs\J14-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc IV 21.1 HIGH PRESSURE SODIUM LUMINAIRES..................................................................................... 53 21.2 HIGH PRESSURE SODIUM LAMP BALLASTS................................................................................ 54 21.3 LAG-TYPE REGULATOR BALLASTS............................................................................................ 54 21.4 LEAD TYPE REGULATOR BALLASTS........................................................................................... 54 21.5 PHOTOELECTRIC CONTROLS................................................................................................... 55 21.6 INTERNALLY ILLUMINATED STREET NAME SIGNS........................................................................ 55 21.7 PAINT AND POWDER COATING............................................................................................... 55 22.0 Opticom Priority Control System............................................................................... 56 23.0 Battery Backup System.............................................................................................. 57 23.1 BATTERY BACKUP CABINET.................................................................................................... 57 24.0 Paint and Powder Coating......................................................................................... 58 25.0 Signs......................................................................................................................... 59 25.1 GENERAL...........................................................................................................................59 1:\USERS\14\Jobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc V 1.0 SUMMARY OF WORK 1.1 CONTRACT LIMITS Below are the contract limits for work to be done on City right-of-way. Street Name limits Approximate Length Dover Drive Irvine Avenue to Coast Highway 7,400' Westcliff Drive Dover Drive to Irvine Avenue 1,800' 1.2 DESCRIPTION OF TRAFFIC SIGNAL WORK The work to be performed under this Contract shall consist of, but not be limited to, the following, which will be referred to as Field Work: • Furnish and install one new 12PR #19 cable in new conduit from nearest pull box from Coast Highway to Cliff Drive as shown on the plans. • Furnish and install new conduit, at locations shown on the plans. • Furnish and install pull boxes, at locations shown on the plans. • Relocate existing CCN Camera System at locations shown on the plans. • Testing of all equipment and system furnished and installed under this Contract, including items furnished by others, including but not limited to copper SIC. • Furnish accurate project documentation, as specified in these Special Provisions. • Furnish and install Type "P" Cabinets and Battery Back-up system at locations shown on the plans. • Furnish and install new signing and striping as shown on the plans. • Contractor shall be responsible for the traffic signal modification and installation at the locations shown on the plans per City Standards. • Contractor shall perform communication link testing for the locations that will utilize the existing twisted pair cables for Ethernet communication as shown on the plans. The communications equipment and fiber optic cable installed as part of this contract are to support the elements installed as part of this project, as shown on the plans, which include all project CCTV cameras, as shown on the plans. 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK Traffic Signal shutdown shall be limited to four hour periods between the hours of 9:00 a.m. and 3:00 p.m. on weekdays (Monday through Thursday), except as authorized by the Engineer. Turn -on of new or rewired traffic signals, or those with a new controller cabinet shall only be scheduled for hours between 9 a.m. and 12 p.m. and shall not begin the functional test on a Friday, weekend, or any day preceding a holiday, except as authorized by the Engineer. The Contractor may perform sub -surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above -ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above -ground signal work shall be 1:\USERS\34\Jobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 1 scheduled such that the signal turn -on shall occur within 10 days of the pole installation. All vehicle and pedestrian indications that are to be installed prior to signal turn -on shall be covered until the signal is turned on. Existing street lighting shall remain in operation until new lighting is operational. All striping, pavement markings, and signing shall be in place prior to signal turn -on and/or opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field and approved by the Engineer. 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturer's recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. Nb equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All free standing equipment, including but not limited to equipment racks, video wall and monitors, console, etc., shall be secured to the floor, walls, or ceiling to prevent damage during seismic activity. Floor space in front and behind equipment racks and cabinets should provide sufficient clearance for service and maintenance and the Americans with Disabilities Act (ADA) requirements. The method used to attach the freestanding equipment shall be submitted to the Engineer and approved prior to the installation of all freestanding equipment. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. 1.$ ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). • Primary Power -120 volts single phase, voltage variation ± 10%; frequency range, 60 Hz ± 1. • High Frequency Interference - Spikes of 50 volts. • Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. 1:\USERS\14\Job5\114-1701 NB Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 2 • Temperature Range -+50 to +85 degrees F. • Temperature Gradient - 10 degrees F per hour. • Humidity - 50 to 60 percent, non -condensing. All electronic equipment shall be of solid-state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. All video display system and computer equipment shall be suitably protected against Electro -Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce any EMI, which would interfere with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re-settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 1.6 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. 1.7 RESPONSIBILITIES OF THE CONTRACTOR It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCN system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. J:\USERS\14\Jobs\J14-1701 NB Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he/she proposes to use will fit into the available space with proper clearances. The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights-of-way or City property. The Contractor shall procure encroachment permits for all work done outside City right -or -way, including work completed on Caltrans right -or -way, at the Contracto's expense. The Contractor shall coordinate the Field Work with all required agencies and utility companies. The Contractor shall coordinate with Irvine Company contractors to minimize conflicting construction. The Contractor shall coordinate with Econolite, as directed by Engineer, for Field Work and TMC Work being completed by others. If other equipment not mentioned in this Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. 1:\USERS\14\Jobs\J14-1701 N8 Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 4 2.1 GENERAL This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non-responsive. 2.2 REQUIREMENTS The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCN cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation forat least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCN cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 5. The Contractor (or its subcontractor(s)) shall have completed at least one (1) system where a minimum of 1000 feet of microduct and fiber optic cable were installed in conduit. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. 1:\USERS\14\Jobs\J14-1701 NB Dover Drive\doc\Specs\J14-1101 Dover SPECS SUPPLEMENTAL C-5583(A).doc 3.0 FIBER OPTIC CABLE 3.1 REQUIREMENTS Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be two (2) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers, and the cable shall be installed in microduct. 2. Drop cable which shall contain six (6) single -mode optical fibers, and the cable shall be installed in microduct. Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within City Buildings does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non-uniformity that would: • Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. • Inhibit proper connection to interfacing elements. • Otherwise yield an inferior product. • Each fiber optic outside plant cable for this project shall be all -dielectric, dry water -blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in these specifications. All fiber optic glass/cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. The cable shall be qualified as compliant with Chapter XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." 1:\USERS\14\lobs\114-1701 NB Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 6 3.1.1 PACKAGING 1. The completed cable shall be packaged for shipment on non -returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. 3.1.2 CABLE MARKING 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 350G of the National Electrical Safety Code' (NESC®), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within ±1% of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 3.2 PAYMENT The payment for the installation of the fiber optic cable will be allocated per the following: • 50% of bid price - After fiber optic cable installation • 30% of bid price - After fiber optic cable testing received by City • Remainder - After City acceptance and approval Upon acceptance and approval of the fiber optic cable, the City will pay the remaining amount as calculated by the actual measured quantity of installed fiber optic cable at the unit bid price minus the previously paid amount (80% of bid price). Acceptance and approval is achieved as determined by the City and includes: • Approved fiber optic test results • Completed cable/splice repairs or replacement as determined by the test results • Measured and approved quantities of installed cable Uninterrupted operation of fiber optic communication network, including fiber optic cable and communication devices for one week. This item may include items installed by others. 3.3 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 3.4 GENERAL CONSIDERATIONS Fiber optic cable installed in microduct shall be single mode fiber of the size as specified on the plans and shall be OFS MiDia FX Plus fiber optic cable, or approved equal. 1:\USERS\34\Jobs\JI4-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 3.5 FIBER CHARACTERISTICS One hundred percent (100%) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA/EIA-455-3A (FOTP-3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (-40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. The cable shall meet the requirements of ITU -T G.652.D and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters '' Value Mode Single Type OFS Media FX Plus or approved equivalent Core diameter 8.3 pm (nominal) Cladding diameter 125 pm ± 1.0 pm Core to Cladding Offset < 0.7 µm Coating Diameter 240 pm ±0.5 pm Cladding Non -circularity defined as: [1- < 1.0% (min. cladding dia _ max. cladding dia.))x100 Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm <0.35 dB/km @ 1385 nm < 0.31 d B/km @ 1550 nm < 0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak < 2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational <+0.05 dB @ 1310 nm or 1550 nm Temperatures Chromatic Dispersion: Zero Dispersion Wavelength (Xo) 1302 <k 5 1322 nm Zero Dispersion Slope < 0.092 ps/(nm2.km) Maximum Dispersion: < 3.5 ps/(nm.km) for 1285 - 1330 nm <18 ps/(nm.km) for 1550 nm Cut -Off Wavelength <1260 nm J:\USERS\14\lobs\114-1701 NB Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTALC-5583(A).doc 8 Parameters Value Mode Field Diameter (Petermann II) 9.2 ±0.4 pm at 1310 nm 10.5 ± 0.5 pm at 1550 nm Cable Outer Diameter 0.30" (7.6 mm) Buffer Tube Size 0.08" (2.0 mm) 3.6 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) 8. Black (BK) 3. Green (GR) 9. Yellow (YL) 4. Brown (BR) 10. Violet (VL) 5. Slate (SL) 11. Rose (RS) 6. White (WT) 12. Aqua (AQ) The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-598B "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. 3.7 GENERAL CABLE PERFORMANCE The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA-455-82 (FOTP-82), "Fluid Penetration Test For Fluid -Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA-455-81B (FOTP-81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable". The test sample shall be prepared in accordance with method A. Crush resistance of the finished fiber optic cables shall be 220 N/cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA-455- 41 (FOTP-41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N/cm (125 Ibf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N/cm (63 Ibf/in). Alternatively, it is acceptable to remove the 220 N/cm (125 Ibf/in) load entirely and apply the 110 N/cm (63 Ibf/in) load within five minutes at a rate of 2.5 mm (0.1 in) per minute. The 110 N/cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N/cm (63 Ibf/in) load. The change in attenuation shall not exceed 0.4 dB during loading at 1550 nm for single - mode fibers and 1.0 d6 during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. J:\USERS\14\Jobs\J14-1701 NB Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 9 The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 d6 at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cablejacket will exhibit no cracking or splitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA/EIA-455-25B (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA-455-33 (FOTP-33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 400 N (90 Ibf). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no-load condition. 3.8 DROP CABLE As may be required, the Contractor shall provide a single -mode optical fiber cable, installed in microduct, between each mid -span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have one (1) or two (2) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. J:\USERS\14\lobs\J14-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 10 3.9 FIBER PATCH CORDS The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non -corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 9001Am single fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from OFS, Corning Cable System or approved equal. 3.10 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250µm fiber (loose tube cable) and shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40°C to 70°C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from OFS, Corning Cable System or approved equal. 3.11 FIBER OPTIC CONNECTORS The Contractor shall furnish and install fiber optic pre -manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. SC type connectors will be used for field (outdoor) installations and LC type 1:\USERS\14\lobs\J14-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUP PLEMENTALC-5583(A).doc 11 connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and AS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance � -40 dB between a temperature range of -40° C to 75° C Durability —<0.3 dB change, 200 rematings. Tensile Strength 5 0.2 dB change, 10 Ib. Temperature Cycling <-0.3 dB change, -40° C to 75° C Nominal Fiber OD 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from OFS, Corning Cable System or approved equal. 3.12 FIBER OPTIC INSTALLATION Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: Proper attachment to the cable strength elements for pulling during installation. Cable tensile limitations and tension monitoring procedures. Cable bending radius limitations. To accommodate long continuous installation lengths, bi-directional pushing of the optical fiber cable in microduct is permissible and shall generally be implemented as follows: 1:\USERS\34\Jobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 12 1. From the midpoint of a pull station, push or blow the optical fiber cable into the microduct from the shipping reel in accordance with the manufacturer's specifications. 2. When this portion of the push/blow is complete, the remainder of the cable should be removed from the reel to make the inside end available for pulling in the opposite direction. 3. This is accomplished by hand pulling the cable from the reel and laying it into large "figure eight" loops on the ground. The purpose of the figure eight pattern is to avoid cable tangling and kinking. 4. The figure eight loops shall be laid carefully one upon the other (to prevent subsequent tangling) and shall be in a protected area. 5. The inside reel end of the cable should be available for testing. 6. Should it be necessary to set up a air compressor to blow the fiber at an intermediate pull box, the required length of cable shall be pushed to that point and brought out of the pull box and coiled into a figure eight. 7. The figure eight is then turned over to gain access to the free cable end. This can then be reinserted into the conduit system for installation into the next section. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. Mechanical aids may be used to assist cable installation. The pulling eye/sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A OFS or Corning Cable System GRP series or equivalent woven wire type of grip is recommended. When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. When microduct is not used, the fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non-abrasive pull rope/tape conforming to the provisions described under "Conduit" elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. P\USERS\14\Jobs\J 14-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 13 The Contractor shall submit the manufacturer's recommended procedures for pulling the fiber optic cable to the Engineer for review and approval at least twenty (20) working days prior to installing cables. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the microduct and fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all unspliced cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. 3.13 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. S ficin - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: • Connection of cable reel sections. • Connection of a mainline cable to a drop cable. • Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. • Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. • Connection of two or more mainline fiber optic cables as shown on the plans. J:\USERS\34\Jobs\114-1701 N8 Dover Drive\doc\Specs\JJ14-1701 Dover SPECS SUPPLEMENTAL &SS83(A).doc 14 The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. 3.14 FIBER OPTIC CABLE /ASSEMBLIES Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies The outerjacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA/EIA-455-B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455-2C (FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-5B (FOTP-5), Humidity Test Procedure for Fiber Optic Components, and TIA/EIA-455-34A (FOTP-34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 J:\USERS\14\lobs\J14-1701 N8 Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 15 dB. The insertion loss increase measured before and after the impacts should be < 0.30 d6. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should be < 0.30 dB. The insertion loss increase measured before, during, or after the test should be < 0.30 dB. The maximum reflectance measured before, during, or after the test should be < 40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be machine polished for low back -reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre-connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless- steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory -assembled and tested. There shall be no fabrication of connectors in the field. All unmated connectors shall have protective caps installed Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 (Dm tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (110 lb[). Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 3.15 FIBER ASSIGNMENTS The fiber assignments tables and schematics will be provided as part of the plans J:\USERS\14\Job5\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 16 3.16 FIBER OPTIC CABLE LINK TESTING The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: • Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: - Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. - Attached to each fiber cable shipping reel in a waterproof pouch. - Results of test to be submitted to the city in a CD. - Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 d6, the light source shall be the Corning Cable System OS -1 ODD test set, a RIFOCS 263A visual fault finder, OFS, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the JAUSERS\14\lobs\J14-1701 NB Dover Dr1ve\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 17 fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination process has been completed. Each point-to-point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post -installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (dB), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information 1:\USERS\14\Jobs\J34-1701 NB Dover Drive\d0c\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 18 • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR • The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end-to-end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re -termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.17 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode -stripping cable or a low loss (-0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a 1:\USERS\14\lobs\J14-1701 NB Dover Drive\doc\Specs\J34-1701 Dover SPECS SUPPLEMENTALC-5583(A(.doc 19 sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. • Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. • System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: System Insertion Loss 1 (0) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.19 FIBER OPTIC CABLE ROUTE RECORDS The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. 3.20 #10 GREEN TRACER WIRE The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall bejoined by a split -bolt connector. 1:\USERS\14\lobs\J14-1701 NB Dover Drive\doc\Specs\714-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 20 4.1 GENERAL This section shall govern to furnish and install microduct in conduit of the type and sizes specified herein and as directed by the Engineer. 4.2 REQUIREMENTS I. Microduct shall be high density polyethylene (HDPE) ducts designed for installation within conduit. 2. Microduct shall be red in color. 3. Microduct shall be smooth wall with microribs inside. 4. Microduct shall have outside/inside diameter of 12/10 mm for installation of single mode MiDia FX Plus Cable, by OFS, or approved equal. 5. Microduct shall have sequential markings in feet. 6. Microduct shall be continuous between pull boxes and/or splice vaults. 7. Microduct shall extend and be cut 6 to 8 inches past the end of the conduit in pull boxes and splice vaults to allow for the slack fiber optic cables and to prevent damage. 4.3 QUALITY CONTROL All microduct furnished and installed as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 4.4 MATERIAL Microductshall be Dura -Line or approved equivalent. 4.5 INSTALLATION 1. All microduct shall be installed at locations as shown on the plans, or as directed by the Engineer. Microduct is to be installed in a combination of existing and new conduit. Locations where microduct is to be installed in conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. 2. Microduct shall be installed using installation equipment that meets Caltrans standards. 3. Microduct shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. 4. Microduct shall be placed in a manner to allow the installation of the fiber optic cable by blown method or hand push method. S. Where the microduct is installed in existing conduit, the Contractor shall not remove any existing cable(s) without prior approval by the Engineer. Only those cables specified for removal shall be removed. Existing cable(s) shall only be removed if the microduct cannot be installed with the existing cable(s) remaining in place. If removed, the cable(s) shall be installed with the microduct in same pull to minimize risk of damage to the cable(s). The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the City. 6. Microduct and fittings shall be supplied with an ultraviolet inhibitor. 7. After cables have been installed, the exposed end of microduct remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the microduct vendor. 1:\USERS\14\Jobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 21 5.1 GENERAL Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans. The section includes material and installation for fiber patch panel. 5.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in 332 cabinets shall be rack -mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. The Fiber Patch Panel shall be OFS, Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01U, shelf/wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. 1:\USERS\14\Jobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 22 6.1 GENERAL The Contractor shall furnish and install fiber distribution unit (FDU) sized to be rack -mounted in the new or existing equipment rack in the City Building equipment room as shown on the Plans. The FDU shall have the capacity to terminate and connect all fiber optic cable strands installed by Contractor as part of this Project, as shown on the Plans. Contractor shall coordinate installation of rack and FDU with Engineer. The section includes material and installation for fiber distribution unit. The FDUs at the City Buildings shown in the plans shall serve as the demarcation point for work to be completed by Contractor and work to be performed by others. The Contractor shall be fully responsible for furnishing, installing and testing of the FDU at each City Building and all Field Work elements. From, but excluding the FDU, others will be responsible for elements inside the City Buildings. 6.2 DESCRIPTION OF FDU FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub -panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at communication hubs, shall be LC type connectors. The Contractor shall provide pre -wired connectors panels, fiber pigtails, interconnection sleeves, and connector panels as required to make the indicated connections. The FDU shall have the spare capacity to hold the required number of connector panel modules and fiber capacity splice trays. The Contractor shall provide trays to house the entire numberof fibers within the cable forfuture use. Prior to ordering the FDU and associated equipment, the Contractor shall provide submittals of the exact equipment proposed to the Engineer. The Engineer must approve the equipment submittals prior to ordering. The FDU shall be OFS, Corning Cable System or approved equal 6.3 DESCRIPTION OF RACK One (1) open -framed cable management rack shall be installed in the communication room at the General Services. The rack shall be affixed to the floor. Rack shall include a cable management ladder that extends beyond the top of the rack and is affixed to a cable tray. Contractor shall receive direction from Engineer on location of rack within room. 1:\USERS\14\Jobs\J14-1701 NB Dover Dr1ve\doc\Specs\1144701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 23 Specific requirements of the communication rack include: • Adjusts to a 23" racking width without extra hardware. • Adjustable depth from 10" to 18". • Ideal for high-density racking. Extra -large 9.5" interior cabling channel between posts. • Corner posts allow for a 2.5" vertical cable channel and include pass-through holes for inner ganging. Multiple mounting points for cable ties and cable management spools. • Side cutouts provide cable access between racks. 12-24 tapped mounting holes. • Rack Units — 45 • Uninterrupted Power Supply (UPS) with at least 15 minutes capacity shall be installed in rack 0 Black in color • Warranty—Lifetime The Rack shall be Chatsworth Model #46353-701 with Cable Management Model #30530-719 and 11730-701 or approved equal. 6.4 INSTALLATION The Contractor shall furnish and install the communication rack at the designated City Buildings based on direction from Engineer and Newport Beach IT Department. The FDU(s) shall be installed in new or existing 19" EIA rack, as shown on the plans or specified in these Special Provisions, unless otherwise directed by the Engineer. 1:\USERS\14\Jobs\J14-1701 NB Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 24 7.0 SPLICE CLOSURES 7.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40° C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 7.2 INSTALLATION 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. 5. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. J:\USERS\34\Jobs\114-1701 NB Dover Drive\doc\Spec5\114-1701 Dover SPECS SUPPLEMENTAL C-55831AI.doc 25 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapsulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encapsulant, trays, and reseal kits shall be from OFS, Corning Cable Systems, or approved equal. 1:\USERS\14\Jobs\J14-1701 N8 Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 26 lei The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty 8.1 GENERAL All Ethernet switches will be City -Furnished. The locations for the installation of Ethernet and aggregation switches are shown on the corresponding design plans. Aggregation Ethernet Switches will be Contractor- installed in City -Facilities as shown on the plans The Ethernet Switches with power supplies shall be City -Furnished and installed by the Contractor Contractor shall furnish and install CATS cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 8.2 CAT&A CABLE Contractor shall furnish and install CATS -A cable and complete connections from Ethernet Switch and installed equipment in controller cabinet including traffic signal controller and video encoder, at locations as shown on the plans. Contractor shall furnish and install CATS -A cable and complete connections from Aggregation Switch and installed equipment in rack, at locations as shown on the plans. 8.3 INSTALLATION The Ethernet Switches and Aggregation Switches will be City -Furnished and configured by others. Contractor shall install switches as shown on the plans and as directed by Engineer. 8.4 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. 8.5 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of acceptance. J:\USERS\14\1obs\114-1701 N8 Dover Drive\doc\Spec5\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 27 9.1 GENERAL The Contractor shall furnish and install one power strip at each intersection as shown in the plans. The power strip shall be used to power the Ethernet switches and other proposed equipment at each location as shown on the Plans. Power strips installed in NEMA cabinets shall be wall -mounted. Power strips installed in Caltrans standard cabinets shall be 19 -inch rack -mounted. 9.2 WALL -MOUNTED POWER STRIP The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall -mountable in NEMA cabinets (locations to receive ASC/3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched S. 24501oules 6. Clamping voltage: 330V 7. 12 foot 14/3 SIT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall -mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 9.3 19 -INCH RACK -MOUNTED POWER STRIP Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SIT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 19 inches long for rack -mounting J:\USERS\14\lobs\J34-1701 NB Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 28 11. Rack mountable in 1U space Rack -mounted power strip shall be installed on the rear side of the cabinet in the uppermost portion of the rack. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The power strip shall be Tripp -Lite ISOBARBUItro-NEMA and ISOBAR12Ultra-Rack-Mount, or approved equal. JAUSERS\14\Jobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C -5583(A) doc 29 The following items are included in the Ethernet Radio System: 1. Ethernet Radio System 2. Testing 3. Warranty 10.1 GENERAL The Ethernet Radio System will be Contractor Furnished and Installed. The locations for the installation of the Ethernet Radio System are shown on the corresponding design plans. 10.2 REQUIREMENTS The Ethernet Radio System shall meet the following requirements: 1. 5.8 GHz Broadband Ethernet Radio 2. Dynamic Frequency Selection 3. 802.11 a compliant with bandwidth up to 35 Mbps 4. Environmentally hardened outdoor units 5. Include appropriate feet of CAT6 cable (per plans) and power injector The Ethernet Radio System shall be Encom EP-COMMPAK BB58INT or approved equal 10.3 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. The Ethernet Radio System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. 10.4 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of installation. 4USER5\14\Jobs\114-1701 NB Dover Drive\doc\Specs\J34-1701 Dover SPECS SUPPLEMENTALC-5583jA).doc 30 11.0 CCTV SYSTEM 11.1 GENERAL The Closed Circuit Television (CCN) Camera System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. The CCN camera system including the dome camera, CCN cable (video/data/power), CCN camera mounting hardware and video encoder shall be Contractor -furnished. The Contractor shall install the CCN camera and mounting hardware at locations as shown on the Plans. The Contractor shall install the CCN camera cable as shown on the Plans. The CCN data and video transmission between the TMC and the CCN camera locations identified herein will be done by a pair of IP video encoders. 11.2 CCTV DOME CAMERA The Camera shall be analog DSP, Color CCD and capable of producing no less than 470 horizontal lines of resolution and communicate using non-proprietary control protocol. It shall have Pan, Tilt, Zoom (PTZ) capabilities, NTCIP control language, and a minimum optical zoom of 23 X and be manual as well as auto focus capable. The camera shall be able to operate with a continuous 360° rotation (no stops). The camera shall be able to operate a light rating of 3.0 lux at 60 frames per second color and at 0.3 lux at 60 frames per second black and white. The camera shall operate at NEMA TS2 voltage levels of 89 VAC to 135 VAC and environmental temperatures of -34° to 74°C. The camera shall have a minimum of 6 programmable privacy zones, zones at which the video is blanked, and 32 presets. The camera shall be in a pressurized with dry nitrogen sealed enclosure and have a built in character generator for site ID name and/or number, and alarm codes. The camera shall weigh no more than 30 lbs. and shall have dimensions no greater than 18 inches tall and 15 inches long. All equivalencies must be approved by the Engineer prior to procurement. Camera shall use pole -mounting hardware provided by the dome CCN camera vendor, capable of mounting to a vertical traffic signal pole. The pole mount shall be affixed to the pole to extend the camera towards the center of the signalized intersection. The dome CCN camera and mounting hardware shall withstand a wind load of 80 mph when affixed to traffic signal pole without permanent damage to mechanical and electrical equipment. The CCN Dome Camera shall be COHU Model 3925-5200, or approved equal. 11.3 CCTV VIDEO ENCODER The one -channel video and data encoder (CODEC -1) shall provide compressed MPEG-1, MPEG-2 or MPEG -4 video streams onto an IP network. MPEG -4 will be used for as part of this project at the locations supported by fiber optic cable as shown on the Plans, unless otherwise specified by Engineer. The video streams shall have video latency of under 500ms (video delay) and a frame rate of 30 fps. Compression data rates shall be user selectable from 384 Kbits/second to 15 Mbits/second. The CODEC - 1 shall be a shelf or wall mounted when installed in a NEMA cabinet. Contractor shall recommend 1:\USERS\34\lobs\114-1701 NB Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 31 mounting procedures to Engineer for approval including the Contractor furnishing and installing a 19 inch rack mounted shelf in cabinets where communication equipment is installed The CODEC -1 shall provide at least one video input for an NTSC CCN camera. Camera control shall be RS422/RS485 to interface with the CODEC -1. In addition, the CODEC -1 shall include a second COM port that can be utilized for RS232 or RS422 pass through of commands for other field equipment. Access to the CODEC -1, including the MPEG video streams, camera control and setup, shall be through the on board web server. The TMC computers operating the CCN camera video management software shall connect to the encoder's web server using Microsoft Internet Explorer (IES or above) or proprietary browser to access all functions of the CODEC -1. The web server shall at a minimum include the camera protocols for the CCN cameras installed as part of this contract, and shall control pan, tilt, zoom, presets, and on-screen display. The CODEC -1 shall have optional support for ISDN, wireless 802.11 and T1 protocols. In addition, the CODEC -1 shall be stereo analog audio ready. The encoder shall provide audio communications at rates up to 96 Kbits/s. The CODEC -1 shall have the following features as a minimum: • NTSC or PAL video standards • Composite and S -Video inputs • One video input with optional two or four inputs • MPEG-1, MPEG-2 and MPEG -4 Video Compression • Compressed video data rate adjustable from 384 Kb/s and 15 Mb/s • Resolution settings include: o SIF o NTSC @ 320X240, 640X480 and 720X480 o PAL @ 352X288 and 720X586 • NTSC frame rate is 30 fps and PAL frame rate is 25 fps • Analog audio at rates from 8 to 96 Kb/s o Output formats are MPEG-1 & 2 (1-1, L2), MP3 and AC3 • System management/setup and integrated camera control is through TCP/IP • TCP/IP network protocols include Multicast (IGMP), Unicast and Broadcast • Control 1/0 using COM port, RS232 protocol • Input power from 85 to 250 VAC (auto -ranging power supply) • Power supply rated at 250 watt maximum power consumption (60 — 80 watts typical) • Operating temperature range from -20 to +70 degrees Celsius • Standard 19" rack unit at 11_1 (Type 332 and 334 cabinets) or shelf mounted (NEMA cabinet) • System control via standard web browsers including IE 5.0 or better • Camera protocols for the vendor CCN cameras installed as part of this contract. • Minimum camera controls include pan/tilt/zoom, presets (set/move to), OSD on/off The CODEC -1 shall be equipped with a minimum of one independent LAN Ethernet port that can be configured with unique IP addresses. The compressed video streams shall be output through the LAN port. The CCN Video Encoder shall be COHU i-linx Model 9905-4500, or approved equal. 1:\USERS\14\lobs\114-1701 NB Dover Dr1ve\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A)Aoc 32 11.4 CCTV INTEGRATED CAMERA CABLE The integrated CCN camera cable shall be procured from the CCN camera vendor. No exceptions shall be allowed. The CCTV cable shall be COHU Model CA295M, or approved equal. 1:\USERS\14\lobs\J14-1701 NB Dover Dr1ve\doc\Spec5\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A(.doc 33 1 • 6 12.1 GENERAL This section shall govern to furnish and install conduit of the type and sizes shown on the plans and as directed by the Engineer. 12.2 REQUIREMENTS It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. 12.3 QUALITY CONTROL All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and UL651B. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture -produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. 1:\USERS\14\lobs\J14-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A)Aoc 34 The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Carlon or Endot made or approved equivalent. 12.5 PVC SCHEDULE 80 CONDUIT The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell' end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduit shall be Carlon or Endot made or approved equivalent. 12.6 INSTALLATION All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3) feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered 1:\USERS\34\lobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 35 by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 12.6.1 DIRECTION BORE Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined orsubgrade softened, will not be permitted. 12.6.2 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: 1:\USERS\14\Jobs\! 14-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 36 Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. 1:\USERS\14\lobsW4-1701 NB Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTALC-5583(A).doc 37 13.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 13.2 PULL BOX AND PULL BOX COVER Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions for TRAFFIC pull boxes. All new TRAFFIC pull boxes shall be pull box number 6 (PB#6), or pull box number 6 with extension (PB#6E), as noted on the Plans. PB#6 shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read `TRAFFIC SIGNAL" on one line and "FIBER OPTIC' on second line. The cover marking for each pull box not containing fiber optic cable shall only read 'TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Splice boxes shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equivalent, unless otherwise noted on the Plans. Size Approved Models #5 Box Christy N30 Electrical Box #5 Lid Christy FL30T #6 Box Christy N36 Electrical Box #6 Lid Christy FL36T #6E Extension Christy B36X12 Splice Box & Lid Armorcast A600197APCX12 13.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case 1:\USERS\14\Sobs\114-1701 NB Dover Drive\doc\Spec5\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 38 of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. 13.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling" of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one(1)inch. 1:\USERS\14\lobs\114-1701 NB Dover Drive\doc\Specs\1141701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 39 14.0 TWISTED PAIR CABLE 14.1 GENERAL This item shall govern to furnish and install twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions, 14.2 REQUIREMENTS Twisted pair cable shall be supplied in the configurations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. 14.3 CABLE MARKING • The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. • The markings shall be repeated every two (2) feet. • The actual length of the cable shall be within ±1% of the length marking. • The marking shall be in a contrasting color to the cable jacket. • The marking shall be approximately one-half (%) of the diameter of the cable and must be permanent and weatherproof. 14.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. 14.5 GENERAL CONSIDERATIONS The twisted pair cable shall meet the following: • Conductors: Solid # 19 AWG copper conductors • Insulation: solid virgin high density polyethylene with telephone industry color -coding • Twisted Pairing: Individual conductors twisted into pairs of varying twist to minimize crosstalk with specific color combinations to provide pair identification( telephone industry color coding) • Filling Compound: the cable shall be gel -filled to prevent water intrusion • Shielding: the cable shall employ a thick (0.005") corrugated copper shield to provide a 100% electrical shielding coverage J:\USERS\14\Jobs\J34-1701 NB Dover Dr1ve\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 40 Outer Jacket: a black, low density, high molecular weight virgin polyethylene, compounded to withstand sunlight, temperature variations, and other environmental conditions, including abuse during installation. Footage Marking Printed sequentially every two feet along the outer jacket to provide readily accurate records of cable usage and reel contents When terminating the cable, the following shall be complied to: • Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf • All copper pairs are to be properly cleaned to remove residue • Cable shall be installed free of kinks, cuts or damages • All pairs shall be installed (landed) in a termination box in the cabinet • One end of the copper shielding cable shall be grounded 14.6 INSTALLATION The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets and at the Central Library, as shown on the Plans. The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. 14.7 COMMUNICATION LINK TESTING The twisted pair cable will support Ethernet over copper communications along at the locations shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the project intersections. Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans, but also to test existing twisted pair cable This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Results of test to be submitted to the City in a CD. Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. h\USERS\14\lobs\J14-1701 NB Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 41 Controller Assembly Testing Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions, Section 86-3 "Controller Assemblies" of the CALTRANS Specifications, and NEMA TS2-2 standards. Cabinet Construction The following items are included in the cabinet assembly: • For 16 position main panel • Type "0", "P", and "R" aluminum cabinet powder -coated white inside and out. • Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. • Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU • 16 -channel detector rack w/ BIU slot (minimum) • 8- 2 -channel Detectors (minimum) or (16 channel max.) • Bus Interface Units—detector rack only • 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet. 15.1 GENERAL National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. 15.2 DOCUMENTATION The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. 15.3 WARRANTY The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two-year warranty. 15.4 CABINET STANDARDS 15.4.1 CABINETCONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "C", "P" or "R" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: • Material shall be 5052-H32 0.125 -inch thick aluminum 1:\USERS\34\Jobs\114-1701 NB Dover Dr1ve\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 42 • The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875 • The door hinge shall be of the continuous type with a stainless steel hinge pin. • The door handle shall be cast aluminum. With the provisions for padlock installation. • All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All out side seams shall are to be continuous welded. • Cabinet lock shall be of the Corbin #1548-1 (#2 Key). • A roll out computer table shall be mounted under the Controller location on the First shelf. • Each cabinet shall have 3 sets of cabinet wiring diagrams. • Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). 15.4.2 SHELVES Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C" mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type "0" and "R" cabinets shall have three (3) shelves 15.5 CABINET WIRING 15.5.1 EQUIPMENT ACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6". 15.5.2 VENTILATING FAN The cabinet shall be provided with a thermostatically controlled adjustable between 80-150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum and protected by a .5 amp fuse. 15.5.3 AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one-piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12'x 16") minimum. 15.5.4 CABINET LIGHT ASSEMBLY The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and turned off when the door is closed. 15.5.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 15.5.6 POWER PANEL The Power Panel shall house the following equipment: • A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. • A 20 -amp auxiliary breaker shall supply power to the fan, light and GFCI outlet. • An EDCO model SHP-300-10 or equivalent surge arrester. • A 50 amp, 125 VAC radio interference line filter. • A normally -open, 60 -amp, mercury contractor • A spare 15 amp, auxiliary breaker shall be provided. 1:\USERS\34\lobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 43 15.5.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 1. Is for short term equipment use and shall be a 120 volt AC, 15 Amp NEMA 5-15 GFCI 2- gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2. Is for long term equipment use and shall be a 120 volt AC, 15 Amp NEMA 2- gang duplex outlet shall be mounted in the upper right corner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from filtered power. 15.5.8 INSIDE AUX CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER POWER ON/OFF. Auxiliary door panel switches shall be hard wired only. (No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase l to 8 & peds). 15.5.9 2 -POSITION AUTOIFLASH SWITCH In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 15.5.103 -POSITION AUT01OFFION STOP TIME — SWITCH When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 15.5.112 -POSITION CONTROLLER POWER ONIOFF—SWITCH This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 15.5.12 POLICE PANEL SWITCHES The Police Panel shall contain one (1) switch: The AUTO/FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 15.5.132 -POSITION SIGNALS ON/OFF SWITCH In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 15.5.142 -POSITION AUTOIFLASH SWITCH In the Auto position the intersection shall operate normally based on all other switches. In the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. 15.5.15CARLES All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. 15.5.16COLOR CODING All cabinet wiring shall be color coded as follows: 1:\USERS\14\Jobs\J14-1701 NB Dover Drive\doc\Spec5\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 44 • Purple = Flash color programming • Brown = Green Signal Wiring • Yellow = Yellow signal wiring • Red = Red signal wiring • Blue = Controller wiring • Gray = DC ground(return),(logicground) • Black = AC+ • White = AC- • Green = Chassis 15.5.17MAIN-PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solder less connectors shall be used. Printed circuit boards shall Not be used on main panels. 15.5.18FLASHING OPERATION Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. 15.5.19DETECTOR RACKAND INTERFACE A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. 15.5.20PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. 15.5.21 MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: • The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. • Four or Six flash transfer relay sockets as required. • One flasher socket. • Wiring for one Type -16 MMU. • All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. 15.5.22 FIELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. 15.6 CABINET EQUIPMENT 15.6.1 CONTROLLER UNIT Shall be an ASC/3-2100 Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. 1:\USERS\14\Jobs\J14-1701 NB Dover Drive\doc\Specs\1144701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 45 15.6.2 DETECTORS Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70 detectors shall be provided or approved equivalent. 15.6.3 MMU (MALFUNCTION MANAGEMENT UNIT) Cabinets shall be equipped with NEMA TS2 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. 15.6.4 BIU (BUS INTERFACE UNIT) BTU's shall meet all TS2-1992 section 8 requirements. In addition all BIU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 15.6.5 CABINET POWER SUPPLY The cabinet power supply shall meet the NEMA TS2 specification. All power supplies shall also provide a separate front panel indicator LED for each of the four power outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 15.6.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRAX central control system. The interface panel shall also contain wiring for door open and flash alarms. 15.6.7 POWER BUS ASSEMBLY The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. 15.6.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemons model # S66M1-50 and sub- base. 15.6.9 LOAD SWITCH All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -86-1/0 or City Approved Equal. All load sockets shall be equipped with a load switch. 15.6.10FLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. 15.6.11 INTERSECTION DIAGRAM An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. 15.6.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. J:\USERS\34\Jobs\J14-1701 NB Dover Dr1ve\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 46 15.6.13TESTING FACILITY The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected by the City Engineer. 15.6.14 EQUIPMENT TURN ON REQUIREMENTS An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. J:\USERS\14\Jobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 47 L6.0 STANDARDS,.POSTS C6.1 Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment as shown on the plans. The hardware shall be hot -dip galvanized or stainless steel as detailed. 16.2 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560-C-3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the State Standard Specifications. Non -conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 16.3 PAINT AND POWDER COATING If shown on plans, Standards, Steel Pedestals, and Posts shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. 1:\USERS\34Uobs\714-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 48 17.1 GENERAL Electrical service shall be modified Type II or Type III -BF, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type II Enclosures refer to State Standard Plans ES -2B and City Standard 910-L (P and R cabinets) and for Type III -BF Enclosures refer to State Standard Plan ES -2E for further details. Service enclosure shall be coated to match the traffic signal cabinet. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the contractor's responsibility to verify the location of service to make arrangements for necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. 1:\USERS\14\lobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLE MENTALC-5583)A).doc 49 18.0 SIGNAL FACES 18.1 VEHICLE SIGNAL FACES Installed vehicle indications/heads shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black. New vehicle indications shall be nominal 12 -inch diameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1-T indications shall be furnished with bronze terminal compartments. Vehicle heads shall be furnished new by the Contractor with the LED units installed. Where vehicle indications are to be powder coated, new vehicle heads, visors, and back plates shall be metal. Otherwise, new vehicle heads, visors, and back plates shall be polycarbonate. Top openings of vehicle indications shall be sealed with neoprene gaskets. If shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Model LESVIT (or Agency -approved equal) terminal compartments. 18.2 PEDESTRIAN SIGNAL FACES Installed pedestrian indications/assemblies shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black. Where pedestrian signal faces are to be powder coated, new pedestrian housings shall be metal. Otherwise, new pedestrian assemblies shall have structural polycarbonate. Type A indications with Stainless steel hardware and shall be furnished with bronze terminal compartments. 18.3 LIGHT EMITTING DIODE (LED) MODULES All Vehicle indications shall be 12 inch LED and shall be Gelcore or Dialight brand (or Agency approved equal). All Pedestrian indications shall be Countdown LED and shall be Gelcore or Dialight brand (or Agency approved equal). 18.4 PAINT AND POWDER COATING If shown on plans, Vehicle and Pedestrian faces and equipment shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. J:\USERS\34\Jobs\114-1701 NB Dover Drive\doC\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 50 19.1 INDUCTIVE LOOP DETECTORS The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Lead loops shall be per City of Los Angeles Standard PlanS-70.11) (Exhibit A), and placed immediately behind the limit line/crosswalk. Remaining presence loops shall be Type E, spaced 10 feet apart and installed per Caltrans Standard Plans ES -5A and ES -56. Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. Bicycle loops shall be Caltrans 3' x 6' Type D loop detector. JAUSERS\34\Jobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 51 20.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES Installed pedestrian and bicycle push buttons/assemblies shall be furnished new, including mounting hardware. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7-1/2". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). 20.2 BICYCLE PUSH BUTTON ASSEMBLIES Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 7-1/2". 20.3 PAINT AND POWDER COATING If shown on plans, Pedestrian and Bicycle push button assemblies shall have a finished coating per Section 24.0 of the Special Provision Supplemental. J:\USERS\14\lob5\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 52 21.0 LIGHTING 21.1 LED LUMINAIRES Luminaires shall conform to the provision in Section 86-6, 'lighting" of the SSS, the approved Caltrans LED Lighting Purchase Specification and these Special Provisions. Each luminaire shall consist of an assembly that utilizes LEDs as the light source. In addition, a complete luminaire shall consist of a housing, LED array, and electronic driver (power supply). Each luminaire shall be rated for a minimum operational life of 63,000 hours. Each luminaire will operate at an average operating time of 11.5 hours per night. Each luminaire is expected to have a minimum operational life of 180 months (15years). The luminaires to be installed shall be 120 volt with integral constant wattage ballast and detachable power unit assemblies. The power unit assemblies shall contain the ballast, starter board, capacitors, and a heavy duty terminal block. The luminaire on -board circuitry shall include surge protection devices (SPD) to withstand high repetition noise transients as a result of utility line switching, nearby lightning strikes, and other interference. The luminaire shall be operationally compatible with currently used lighting control systems and photoelectric controls. The luminaire shall provide true ninety -degree (90 degree) cutoff with no light emitted above the horizontal. The lower edge of the luminaire housing shall extend below the light source and all glassware. Glare shields external to the luminaire will not be accepted. The luminaire optical assembly shall be sealed, watertight, and filtered to prevent contamination from infiltration of gaseous and particulate matter. The lamp socket shall be factory preset to produce a medium cutoff IES Type III light distribution. When the components are mounted on a down opening door, the door shall be hinged and secured to the luminaire housing separately from the refractor or lens frame. The door shall be secured to the housing in a manner to prevent its accidental opening. A safety cable shall mechanically connect the door to the housing. The manufacturer shall provide a warranty against loss of performance and defects in materials and workmanship for the luminaires for a period of 84 months after acceptance of the luminaires. Replacement luminaires shall be provided promptly after receipt of luminaires that have failed at no cost to the City. All warranty documentation shall be given to the City. All LED luminaires shall be General Electric "EVOLVE" series 25OW OR 20OW equivalents (see plans for exact wattage per location) approved equal, or as shown on the approved plans. Contractor shall have manufacturer technician on-site for final acceptance testing and approval of LED luminaires. 1:\USERS\14\lobs\114-17Q1 N8 Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 53 21.2 HIGH PRESSURE SODIUM LUMINAIRES Luminaires shall be the full -cutoff type. Glare shields are not required Each luminaire shall be die-cast aluminum, (86-6.07A) with integral regulator ballast and Type IV photoelectric control for use in multiple 120V circuit. The optical assembly shall provide true 90 -degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass -coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain -enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2 series 25OW OR 20OW (see plans) HPS with light distribution M -C-3, approved equal, or as shown on the approved plans. 21.3 HIGH PRESSURE SODIUM LAMP BALLASTS The twelfth paragraph in Section 86-6.01A, "High Pressure Sodium Lamp Ballasts", of the Standard Specifications is amended to read: "Ballasts for luminaires to be mounted on most arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down -opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened." 21.4 LAG-TYPE REGULATOR BALLASTS Each lag-type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7-1/2 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 21.$ LEAD TYPE REGULATOR BALLASTS Each lead type regulator ballast (CWA-constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: JAUSERS\14\Jobs\114-1701 NB Dover Drive\doc\Spec5\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 54 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7-1/2 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more than an 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial through life." 21.6 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 21.7 LED INTERNALLY ILLUMINATED STREET NAME SIGNS All street name signs shall be furnished and replaced new, including mounting brackets and hardware. Internally illuminated street name signs shall conform to Section 86-6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. IISNS shall be NuArt EdgeLit (NAIM-72-LED-D or NAIM-96-LED-D) with mounting brackets or approved equal. Sign legends shall be white on blue background with Newport Beach logo per attachment A. 21.8 PAINT AND POWDER COATING If shown on plans, Internally Illuminated Street Names Sign Housings shall have a finished coating per Section 24.0 of the Special Provision Supplemental. J:\USERS\14\Jobs\J14-1701 N8 Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 55 1 •' " • • i •' •'( ' Emergency Vehicle Pre-empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 764 phase selector units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available/full. The EVP system shall consist of the following components: • Model 764 phase selector units, • Model 760 rack (if required), • Model 722 Optical Detector Units • Model 138 Optical Detector Cable Contractor shall coordinate with the Manufacturer to have a technician onsite the date of the signal turn -on. 1:\USERS\14\lobs\114-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 56 The Contractor shall furnish and install a 24 volt Dimensions Battery Backup System (BBS) for use with a Nema system (shelf -mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Dimension BBS shall consist of but not be limited to: • Inverter/Charger (with RS232 port): 24M11-WBE • Combined Manual Bypass Switch — 511020-2 (closed back) • 12 VDC, 79 AH Group 24 AGM batteries (four per system) — 390003 • All necessary hardware and interconnect wiring • Shelf mount brackets #141418 (left and right) The BBS shall be installed per the manufacturer's guidelines. The Contractor shall at his own expense, arrange to have a technician, qualified to work on the BBS assembly and employed by the BBS assembly manufacturer, or his representative, present at the time the equipment is turned on. The Engineer shall be notified at least two working days prior to the beginning of the functional test period. 23.1 BATTERY BACKUP CABINET Where BBS system is to be installed on a Type "O" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be P/N FCU104664 or approved equal, made of Aluminum alloy, and of a size and details as shown on EXHIBIT B. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. J.\USERS\14\lobs\714-1701 NS Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 57 All new traffic signal equipment to be installed in the Newport Center Area and/or as shown on the plans, including controller cabinet and service, poles, mast arms, vehicle heads (except inside visors and faces of back plates), pedestrian heads (except screens), push buttons assemblies, framework, terminal blocks, and signal mounting assemblies, etc. shall be coated Valmont Frost White, No. 652 (or equal) in accordance with the following requirements: Traffic signal poles and mast arms shall be coated as detailed bellow: • Galvanize: The product shall be galvanized in accordance with ASTM 123; • Surface Preparation: Brush blast exterior surface to SSP7 specifications; • Application Instructions: The product shall be painted prior to delivery to the job site. Apply in conformance to the manufacturer's instructions. The total application shall be 10 to 16 mils D.F.T. consisting of 5-8 mils of epoxy primer and 5-8 mils of gloss urethane color top coat. • Touch Up: The manufacturer shall provide extra coating for field touch up due to transportation and handling. Other items to be coated shall be properly pretreated with environmentally safe, ultraviolet resistant, polyester powder coating, which shall be applied electro statically at 90 K.V. and baked for 20 minutes at 375 degrees F, per ASTM D-3359, ASTM D-3363 and ASTM D-522. Traffic signal control cabinet shall be coated as detailed in the Spec Supplemental. The service cabinet shall be coated to match the control cabinet. 1:\USERS\14\lob5\J34-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 58 25.0 SIGNS 25.1 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 unless otherwise shown on plans. Location of signs shown on plans is approximate and shall be approved by the City prior to installation. Signs installed on or adjacent to bicycle sidewalks, paths, or walkways should be installed at a clear height of eight feet. 1:\USERS\34\Jobs\J14-1701 NB Dover Drive\doc\Specs\114-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 59 w ► � IISNS Sign Detail 1:\USERS\14\Jobs\114-1701 NB Dover Drive\doc\Specs\J14-1701 Dover SPECS SUPPLEMENTAL C-5583(A).doc 60 Exhibit A Newport Beach IISNS Sign CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 02/20/2015 MANHOLE FRAME AND COVER PER S-053 OR S-054. ALTERNATE: CONCRETE COLLAR, AC PER PLANS. VERIFY TO GRADE (BLACK MIX) REQUIREMENTS OF GOVERNING AGENCY Z — -- — N A N X Z MORTAR JOINTS CONCRETE COLLAR NEW OR EXISTING CONE PVC WELD STRIP FOR GRADE RING AND CONE FOR PVC LINER REPAIR (TYP.) CROSS SECTION NOTES: 1. Neatly remove pavement and aggregate base as necessary to make adjustment. 2. Make final adjustments at the mortar joint between the first and second grade rings. Set flush with pavement to one-eighth inch high. 3. At existing manholes, add or remove grade rings, repair PVC or sprayed liner, and test liner for pinholes as approved by the Engineer. Adjust height at manhole riser sections if the total height of grade rings would exceed 24 inches. 4. Backfill flush with surface or below pavement surface as required by governing agency with 3250 psi (Class B) quick -setting concrete to form collar. Exposed concrete shall be black in color. 5. Fill area above below -grade collar with AC wearing surface to match adjacent AC. 6. Where odor conditions exist or where designated, seal manhole rim and holes with duct -seal mastic. Re -seal if existing manhole cover was sealed. ORAGE COUNTY SANITATION DISTRICT MANHOLE ADJUSTMENT NO SCALE ORANGE CO NTY, CALIFORNIA � ummEo TO STANDARD DWG. 6 6S-055 NO. APPROVED DATE oe�craem'excwanow Art GRADE CTY OF F NEWPORT BEACH City Council Staff Report April 28, 2015 Agenda Item No. 19 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Patrick Arciniega, Senior Civil Engineer PHONE: (949) 644-3347 TITLE: Dover Drive and Westcliff Drive Street Rehabilitation — Award of Contract No. 5583 (A) (CAP14-0011) ABSTRACT: Staff received eight construction bids for the Dover Drive and Westcliff Drive Street Rehabilitation project and is now requesting City Council's approval to award the contract to the lowest, responsible bidder, All American Asphalt. RECOMMENDATION: a) Approve the project drawings and specifications; b) Award Contract No. 5583(A) to All American Asphalt for the Total Bid Price of $3,293,293.00, and authorize the Mayor and the City Clerk to execute the contract; c) Establish an amount of $329,000.00 (10%) to cover the cost of unforeseen work not included in the original contract; and d) Approve Budget Amendment No. 15BA-043 appropriating $500,000 from the unappropriated Transportation and Circulation Fund to Account No. 7261-C2002018; appropriating $350,000 from the unappropriated Gas Tax Fund to Account 7181-C2002018; and transferring/re-appropriating $250,000 from General Fund project savings to Account No. 7013-C2002018, including $26,000 from 7013-C2001009 (Sidewalk, Curb and Gutter), $7,700 from 7013-C2202002 (Harbor Hills Streetlighting), $28,800 from 7011- C1002043 (Newport Coast Community Center Remodel), $44,500 from 7013-C2001011 (Slurry Seal Program), $15,000 from 7013-C3002021 (Eastbluff Dr Ford Rd Bike Lane), $50,000 from 7015-C4002010 (Bonita Canyon Sports Park Parking Lot Improvements), $1,600 from 7013-C2002028 (Bristol St Landscaping), $5,000 from 7013-C2002050 (Irvine Ave Medians), $53,000 from 7013-C2002057 (Asphalt Alley Replacement), $1,300 from 7014-C3002020 (Bayside Cove Walkway), $5,600 7012-C7002005 (St. James Sewer Relocation) and $6,000 from 7014-C8002023 (Neighborhood Revitalization Planning), $1,900 from 7013-C2002063 (Balboa Blvd Landscaping), and $3,600 from 7012-C2502006 (19th St Bay Ave Tidal Structure). 19-1 FUNDING REQUIREMENTS: The FY 2014-15 Capital Improvement Program budget included about $2.6 million for the Dover Drive and Westcliff Drive Street Rehabilitation Project. This project called for the pavement grinding and pavement rehabilitation of Dover Drive from East Coast Highway to Irvine Boulevard and Westcliff Drive from Irvine Avenue to Dover Drive. Additionally the Dover Drive medians from East Coast Highway to Westcliff Drive will be rebuilt and landscaped with new colorful native and drought tolerant plants. The original $2.6 million project estimate and budget was associated with the above mentioned work. During the design development phase, staff determined that we should also upgrade the four older traffic signals and reline a deteriorated storm drain line as part of the street rehabilitation work as well. To accommodate this additional work, staff recommends approval of a Budget Amendment appropriating $850,000.00 from the Gas Tax Fund and Transportation and Circulation Fund and transferring another $250,000.00 from General Fund savings realized from recently completed capital projects in this year's CIP budget. The budget amounts that appear in the proposed CIP budget for FY 2015-2016 for these projects will be reduced with the encumbrance of funds to the awarded contractor. Additionally it should be noted that last fiscal year the Orange County Sanitation District (OCSD) upgraded its sewer main in Dover Drive requiring extensive trenching in Dover Drive from Irvine Boulevard to East Coast Highway. Knowing that the City was following their project with a street rehabilitation project, and per agreement between the two agencies, OCSD left the pavement and some median areas in a temporary paved condition. In lieu of completing these final repairs, OCSD contributed $583,000 to the City for future permanent pavement restoration on Dover Drive, plus $50,000 towards design costs. Upon approval of the proposed Budget Amendment, there will be sufficient funding in the following accounts for the award of this contract: Account Description General Fund Gas Tax Contributions (IRWD) Transportation & Circulation Measure M Fair Share Proposed uses are as follows: Vendor All American Asphalt All American Asphalt Smith Emery Labs Various DISCUSSION: Account Number 7013-C2002018 7181-C2002018 7251-C2002018 7261-C2002018 7282-C2002018 Total Amount $ 250,000.00 $ 350,000.00 $ 583,000.00 $ 500,000.00 $ 1,980,900.00 $ 3,663,900.00 Purpose Construction Contract Construction Contingency Geotechnical Services Printing & Incidentals Total: Amount $ 3,293,293.00 $ 329,000.00 $ 37,510.00 $ 4,097.00 $ 3,663,900.00 At 11:30 a.m. on March 26, 2015, the City Clerk opened and read the following bids for this Dover Drive and Westcliff Drive Street Rehabilitation project: BIDDER Low All American Asphalt 2 PALP Inc. dba Excel Paving 3 Sequel Contractors, Inc. 4 R.J. Noble Company 5 Sully -Miller Co. 6 KASA Construction TOTAL BID AMOUNT $ 3,293,293.00 $ 3,383,073.50 $ 3,462,665.00 $ 3,520,398.00 $ 3,965,691.00` $ 3,866,810.00 19-2 7 CS Legacy Construction, Inc. $ 3,863,460.00'- 8 ,863,460.00" 8 Los Angeles Engineering, Inc. $ 3,896,450.00 The total low bid amount is just slightly below the Engineer's Estimate of $3,300,000.00. The low bidder, All American Asphalt, possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects in Newport Beach and for other public agencies. The work necessary to complete this contract consists of distributing construction notices to existing businesses and residents, construction surveying; removing existing sidewalk, curb and gutter, driveways, asphalt concrete pavement; off-site improvements and restoration, clearing and grubbing; construction of new concrete sidewalk, curb, gutter, access ramps and driveways; pavement grinding/removals and placement of new asphalt concrete pavement, striping and delineation, major traffic signal modifications and upgrades to four traffic signals (Dover Dr. at 16th St., Dover Dr. at Westcliff Dr., Dover Dr. at Cliff Dr. and Dover Dr. at Irvine Blvd.), storm drain and catch basin construction, storm drain lining, installing landscaping and irrigation, plant establishment maintenance and other incidental items of work. The new landscaping in the medians on Dover Drive from East Coast Highway to Westcliff Drive will consist entirely of colorful California friendly/drought tolerant plants as per the landscape concept plan that was reviewed and approved by City Council on April 22, 2014. This concept plan is attached. The landscaping will be irrigated by a new smart -irrigation system that will use substantially less water than the system it replaces. No landscape and irrigation work is scheduled for the Westcliff Drive medians as they were rehabilitated several years ago. Pursuant to the contract specifications, the Contractor will have 90 consecutive working days to complete the work. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 Class 1(c) (existing facilities) 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 Ma Attachment B - Budget Amendment Attachment C- Landscape Design 19-3 ATTACHMENT A D 0 OD � o � YY Fpm COAST HWY DOVER AND WESTCLIFF DRIVE PAVEMENT REHABILITATION CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5583 1 4/28/15 19-4 ATTACHMENT B City of Newport Beach NO. BA- 15BA-043 BUDGET AMENDMENT 2014-15 AMOUNT: s7,lao,000.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations X Decrease in Budgetary Fund Balance X Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: X from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To transfer expenditure appropriations from completed General Fund roadway repair and overlay projects unappropriated Gas Tax Fund Balance and unappropriated Transportation & Circulation Fund Balance for the Dover Drive and Westcliff Drive Street Rehabilitation project. ACCOUNTING. ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit 180 3605 ST Gas Tax Fund Balance $350,000.00 260 3605 Transportation & Circulation Fund Bal $500.000.00 REVENUE ESTIMATES (3601) FundIDjvision Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7261 Transportation & Circulation Account Number C2002018 Dover/Westcliff Or Street Rehabilitation $500,000.00 Division Number 7181 Gas Tax Account Number 02002018 Dover/Westcliff Dr Street Rehabilitation $350,000.00 Division Number 7013 Street Account Number 02001009 Sidewalk Curb & Gutter $26,000.00 Division Number 7013 Street Account Number C2002018 Dover/Westcliff Dr Street Rehabilitation $26.000.00 Division Number 7013 Street Account Number C2202002 Harbor Hills Streetlighting $7,700.00 Division Number 7013 Street Account Number C2002018 DoverANestcliff Or Street Rehabilitation 57,700.00 Division Number 7011 Facilities Account Number C1002043 Newport Coast CC Remodel $28,800.00 Division Number 7013 Street Account Number C2002018 OovedWestcliff Or Street Rehabilitation $28,800.00 Division Number 7013 Street Account Number C2001011 Slurry Seal Program $44,500.00 Division Number 7013 Street Account Number C2002018 Dcver[Weslcliff Dr Street Rehabilitation $44,500.00 Signed: / H - -; p— / 5 lkq�ial Approval: Flhamce D ector Date Signed: \ '4t -1A j I% AdminiWalive%pproval: City Manager Date Signed: City Council Approval: City Clerk Date 19-5 SOURCE: X from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To transfer expenditure appropriations from completed General Fund roadway repair and overlay projects, unappropriated Gas Tax Fund Balance and unappropriated Transportation & Circulation Fund Balance for the Dover Drive and Westcliff Drive Street Rehabilitation project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit REVENUE ESTIMATES (3601) City of Newport Beach NO. BA- 150A-043(page 2) $15,000.00 BUDGET AMENDMENT EXPENDITURE APPROPRIATIONS (3603) $50,000.00 2014-15 AMOUNT: See page 1 EFFECT ON BUDGETARY FUND BALANCE: Division Number 7013 Street Increase Revenue Estimates Number Increase In Budgetary Fund Balance X Division Increase Expenditure Appropriations X Decrease in Budgetary Fund Balance X Number Transfer Budget Appropriations DoverMestcliff Or Street Rehabilitation No effect on Budgetary Fund Balance SOURCE: X from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To transfer expenditure appropriations from completed General Fund roadway repair and overlay projects, unappropriated Gas Tax Fund Balance and unappropriated Transportation & Circulation Fund Balance for the Dover Drive and Westcliff Drive Street Rehabilitation project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit REVENUE ESTIMATES (3601) Signed: Signed: Signed: Financial Approval: Finance Director Administrative Approval: City Manager City Council Approval:City Clerk $15,000.00 Fund/Division Account Description $15,000.00 $50,000.00 EXPENDITURE APPROPRIATIONS (3603) $50,000.00 $1,600.00 Description Division Number 7013 Street Account Number C3002021 Easlbluff/Ford Bike Lane Division Number 7013 Street Account Number C2002018 DoverMestcliff Or Street Rehabilitation Division Number 7015 Parks Account Number C4002010 Bonita Canyon Sports Park Parking Lot Division Number 7013 Street Account Number C2002018 DoverMestcliff Or Street Rehabilitation Division Number 7013 Street Account Number C2002028 Bristol St Landscaping Division Number 7013 Street Account Number C2002018 DoveritNestcliff Or Street Rehabilitation Division Number 7013 Street Account Number C2002050 Irvine Ave Medians Division Number 7013 Street Account Number C2002018 DoverMestcli f Dr Street Rehabilitation Division Number 7013 Street Account Number C2002057 Asphalt Alley Replacement Division Number 7013 Street Account Number C2002018 DoverN/estcliff Dr Sheet Rehabilitation Signed: Signed: Signed: Financial Approval: Finance Director Administrative Approval: City Manager City Council Approval:City Clerk $15,000.00 $15,000.00 $50,000.00 $50,000.00 $1,600.00 $1,600.00 $5,000.00 $5.000.00 $53,000.00 $53,000.00 aelic.Sysiem Entry. Date Date Date 19-6 City of Newport Beach NO. BA- ISBA-043(page 3) BUDGET AMENDMENT 2014-15 AMOUNT: See page 1 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations Decrease in Budgetary Fund Balance X Transfer Budget Appropriations Id No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION This budget amendment is requested to provide for the following: To transfer expenditure appropriations from completed General Fund roadway repair and overlay projects. unappropriated Gas Tax Fund Balance and unappropriated Transportation & Circulation Fund Balance for the Dover Drive and Westcliff Drive Street Rehabilitation project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit REVENUE ESTIMATES (3601) Fund/Division Accoun Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7014 Misc & Studies Account Number C3002020 Bayside Cove Walkway 51,300.00 Division Number 7013 SVeet Account Number C2002018 Dover/Westcliff Dr Street Rehabilitation $1,300.00 Division Number 7012 Drainage Account Number C7002005 St. James Sewer Relocaton $5.600.00 Division Number 7013 Street Account Number C2002018 Dover/Westcliff Or Street Rehabilitation $5,600.00 Division Number 7014 Misc & Studies Account Number C8002023 Neighborhood Revitalization Planning $6.000.00 Division Number 7013 Street Account Number C2002018 DovedWestcliff Or Street Rehabilitation $6,000.00 Division Number 7013 Street Account Number C2002063 Balboa Blvd Landscaping $1,900.00 Division Number 7013 Street Account Number C2002018 Dover/Westcliff Dr Street Rehabilitation S1,900.00 Division Number 7012 Drainage Account Number C2502006 19th St/Bay Ave Tidal Structure $3,600.00 Division Number 7013 Street Account Number C2002018 Dover/Westcliff Or Street Rehabilitation $3,600.00 ' Auromtk System Ent, Signed: Financial Approval: Finance Director Date Signed: Administrative Approval: City Manager Date Signed: City Council Approval: City Clerk Dale 19-7 Dover Drive &Westcliff Drive Street Rehabilitation CIVIL WORKS Engineers, Inc. 3151 AvwayAvenue Suite T-1 Cosra Mesa, CA 92626 (714) 966-9060 Pacific Coast Hwy to Irvine Ave & Dover Dr to Irvine Ave ATTACHMENT C N L7 V I S LANDSCAPE ARCHITECTURE AND PLAN NING PX: 714. 75 d. 7346 PH: 714. 754. 7311 Median Landscape Layout \ NEW SHRUB PLANTING EXISTING PINES SHALL REMAIN EXISTING PALMS SHALL REMAIN r\ �; IN m '� ti �� �� `�.� � • � .L it i�,� — •. - r LOW & COLORFUL J TYPICAL LOW PLANTING ¢o `. AT F.ACH NIIDIAN NOSE. I 4 d: to I� L SHRUBS, TYP. MAINTAIN EXISTING PALMS ii MEDIAN TREES SUCCULENTS EXISTING SIGN SHALL TYPICAL EVERGREEN TREES ENRICHED COLORED REMAIN & BE PROTECTED &TEXTURED TYPICAL SHRUBS CONCRETE PAVING MEDIAN NOSE WITH LOW FLOWERLNGSHRUB n PLAN 'I'IN( 1'1'PIC.AL. _ — A�DOVER DRIVE __— -14 SHRUBS•TYP. m � 1 < 1 F 19-9 Median Landscape Layout MEDIAN NOSE WITH LOW FLOWERING SHRUB PLANTING TYPICAL. j'1.1 FN y r Ga I — MEDIAN TREES EXISTING PINE TREES SHALL REMAIN EXISTING PALM TREES SHALL REMAIN NIEU1.0 I'REF:S SHRL B5, IN P. MRI: RS, FIP. g 41 � I I rA � I 19-10 F1 PLAN 'A' Landscape Layout NEW SHRUB PLANTING, TYPICAL Dover Dr at PCH Island si DOVE DRIVE Maintain Existing Pines and Palms Remove Decorative Concrete •' Install Meandering Sidewalk Install New Shrubs - �-EXISTING PALMS SHALL REMAIN EXISTING PINES SHALL REMAIN MAINTAIN EXISTING PALMS EXISTING SIGN SHALL REMAIN & BE PROTECTED TYPICAL SHRUBS LOW &COLORFUL SUCCULENTS NATURAL COLORED & TEXTURED CONCRETE PAVING Dover Dr at Westcliff Dr Island Maintain Existing Palms Remove Existing Turf Install Meandering Sidewalk Install New Shrubs i TYPICAL NEW SHRUB PLANTING, TYPICAL LOW & COLORFUL SUCCULENTS d 0 y3 Proposed Landscaping Theme Similar Theme as Westcliff Drive and Irvine Avenue Utilize Existing Pine Trees Variable Height Planting Install Planting at Median Noses Utilize Existing Fan Palms Install Large Boulders 19-12 0 I VA f 9 71N% 0 C April 28, 2015 Item No. 19 Dover Drive and Westcliff Pavement Reconstruction Pacific Coast Highway to Irvine Ave and Dover Drive to Irvine Avenue Award of Construction Contract City Council Meeting April 28, 2015 Public Works Department A Well -Engineered Machine Dover Drive and Westcliff Pavement Reconstruction Project Description Pavement Rehabilitation Repair Damaged Pavement - Sidewalk and Driveway Repairs • ADA Curb Ramp Installations and Upgrades Install Asphalt Rubber Pavement Overlay to Provide a Smooth Pavement Surface Promote Bicycle Use Provide On -Street Striped (Class II) Bicycle Lanes with Buffers for Entire Length of Dover Drive Improve Connection to Upper Castaways Bike Trail Traffic Signal Upgrades Rehabilitate Traffic Signals Cliff Drive, 16th Street, Westcliff Drive & Irvine Ave Project Description Roadway Beautification/Landscape Rehabilitation Construct New Raised Center Medians Expand/Widen Existing Center Medians Where Possible Maintain Existing Mature Trees & Build on Existing Surrounding Natural Theme Install New Water Efficient Irrigation System and Planting Remove Turf at the `Island' at Westcliff and Install New Planting Refresh Parkway Landscaping and Street Trees where necessary Project Schedule Project Award April 28, 2015 Work will begin mid-May and heavy construction will begin mid-June after the school year ends Will require the closure of Dover between Mariners and Irvine for a short duration to reconstruct the roadway Completion by October Contractor - All American Asphalt Dover Drive and Westcliff Pavement Reconstruction End of Presentation City Council Meeting April 28, 2015 Public Works Department A Well -Engineered Machine