Loading...
HomeMy WebLinkAboutC-6341 - 15th Street/Balboa Boulevard RevitalizationSeptember 13, 2017 GMC Engineering, Inc. Attn: Gennady Chizhik 1401 Warner Avenue, Suite B Tustin, CA 92780 Subject: 15th Street/Balboa Boulevard Revitalization — C-6341 Dear Mr. Chizhik: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 I 949-644-3039 Fnx newportbeachca.gov On September 13, 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 September 14, 2016, Reference No. 2016000442979. The Surety for the contract is Western Surety Company and the bond number is 58728550. Enclosed is the Faithful Performance Bond. Sincere) , 04,__ Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 58728550 FAITHFUL PERFORMANCE BOND Bond No. 58728550 Premium: $20,141.00 The premium charges on this Bond is $ 20,141.00 , being at the rate of $ 1 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the 'Principal," a contract for the work necessary for the completion of this contract consists of distributing construction notices to existing businesses and residents; construction surveying; removing existing sidewalk, curb and gutter, driveways, asphalt and concrete pavement, fencing, walls, other improvements, and landscape material; clearing and grubbing; constructing new asphalt and concrete improvements; constructing underground storm drain, junction structures, grate inlet catch basins, and French drains including dewatering; installing traffic signals, underground conduits, signing and striping; constructing and installing new irrigation system, landscaping, trees, decorative paving, and architectural features; plant maintenance; and other incidental items of work. Contractor shall coordinate all work with the traffic control plans, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of 2 and /Dollars ($_3 _) 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. 1- Premium Calculation: $500,000.00 @ 1.08%= $5400.00 Page B-1 $2,000,000.00 @ 0.672%= $13,440.00 $246,402.00 @ 0.528% = $1,301.00 Total: $20,141.00 2- Two -Million Seven -Hundred Forty -Six Thousand Four -Hundred Two !00 3- $2,746,402.00 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 7th day of December 20 15 GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Deigo, CA 92108 Address of Surety 619-682-3510 Telephone APPROVED AS TO FORM: CITY ATTOREY' FFICE Date: By: _ 3 LL=='_ Aaron C. Harp (Am 12,10tT City Attorney Authorized Sig�fritle Gennady Chizhik, President A,WrV d Ag6nf Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page B-2 CALIFORNIA ALL PURPOSE 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 Orange } On December 7, 2015 before me, Megan Featherston Notary Public, Date (here insert name and title of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the persons -whose nameAlsoi /are subscribed to the within instrument and acknowledged to me that 6e �hQ/tlXy executed the same S/h� /tl fir authorized capacity(i�), and that byl�s�Jlke{r/thgir signature on the instrument tth erson�, or the entity upon behalf of which the person(4 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. MEGAN FEATHERSTON Commission # 2002447 Notary Public - California ® Orange County z, }('�; �✓; !j` p 71 My Gomm. Expires Jan 26, 2017 Signature: "V4,50, (Seal) OPTIONAL Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Other: 2015 loostille Service 707-992-5i5I www.CaliforniaApostille.us California ibis b ile NotnN Nen ork www CAMNN con CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange 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. On December 7, 2015 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. FEES COMM. #1.974059 z Edi:_ Notary Public - California o z k Orange County Comm. Ezpues Apr. 29.20ifi— (Notary Seal) ADDITIONAL OPTIONAL INFORINIATION DESCRIPTION OP THE ATTACHED DICCUMENT (Title or description oranaehud document) Critic or description of attached doctuaant continued) Number of Pages _ Docttmcnt Datc (Additional imfcs. Uoe) CAPACITY CLAIMED 13Y THE SIGNER O Individual (s) © Corporate Officer ❑ Partnt'z(&) ® Attorney -in -Fact ❑ Trustee(&) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Airy aatnowlerfajrs a completed in Cafyf rola aurae coaimn verbiage erartly m otycears abovir in the notary saeiian or a sepatrate odenon•ledgmeni fa•m must ba propall, completed mid atlached to that doeanrent me only excell m v it q dmairenl is to herecorded ol0de• ofCalifornia. In such imsmaeer, any altarnath•e w1nowledgesene' iwbfoge as may bo primed on such a dermne'wt se long as &e swrbiage does not require the rmmry io do something friar is lflegeifor a nohary. et Cadffaruda {is, certifying rhe aadrorized capatfly ophe signer). Pleose eketk flue dacamnw aartfully fa+' proper nwariref lemditlgund arlaah this form ifrequired. • Side and County fnfonsudon roust be die State and County where Guo docmlicm signu(s) pxasonnlly appaaea3 het-aretbe emtary public forackuowledgarient- • Date ofnolar»ation must be the dale that the sigacr(s) personally appeared which must also be the same dale the acknowledgment is completed. • The notary public now print his or her acme as it appears within his or her commission fpliowcd by a comma and then your title (milaay public). • Flint the.na e(s) cf doeunent sigresrts) who pereanarly appoar at the time OF w4ariaation. • Indicate the duret" singular or plural fomes by crMirng off incorrect fairs (i.e, hahhchhayr is faro ) or circling the welecl forism Failure m corrcetly iudiemte this inPormation. rosy lead to rejection of acrcunsnrtt emording • Tire nattily scat impression pnust be akar and pliatagrapiacalty reproducible Impression Instal rel cover text of lines- If seal impression snadges, to-swi if a Uffmieoi arra pompi(s„ oihenvise Complete i id'erent achnnwpsdgmau fare. • Signature elf the notary public most match rhe signature on file with the office of the:Cmra y clerk. +'r Additional infmnuatioe is net retptfred but could help to ensure ibis aclmawledgment is not neissiaed or aaached to a dif£mcnt docmucrl. w Indtenle ittk or lype ofavesched document, numberofpages and date. 0 indicate the capucity claimed by the sligner. frthe claimed capacity is a Corporate ofiFuer, indicate the title Glt. CEO. CFO, Smndary). • Securely unaah ibis docameni in the signed dneumrmt Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Present, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signatureand seal herein afrtxod hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its nue and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nutun; - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized ot8cerof the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-law printed on the reverse herrn£, duly adopted, m indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY hes caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of lune, 2015. aOPmal WESTERN SURETY COMPANY T. Braflat, Vica President State of South Dakota County of Minnehaha as On this 16th day of Juce, 2015, before me personally came Paul T. Bmflat, to me known, who, being by me duly room, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his mine thereto pursuam to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires Nrrrw.rrrrrrrrrrrrrrr {� DA .February 12, 2021. 6081 S. E11 Ii DAKOTMd+�=J- ar.,rNNNr\\NNw �dNNw��J� S. Eich, Notary Public CERTIFICATE 1, I.. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 7th day of December 2015 a WESTERN SURETY COMPANY CJI Form F4280-7-2012 G Nelson, Assistant Secretary March 03, 2017 CENTER FOR CONTRACT COMPLIANCE Riverside office 1168 E. La Cadena Dr. 4202 • Riverside, CA 92507 TEL (951) 686-3328 + FAX (951) 686-8470 Ms. Loma Espiritu Bureau of Field Enforcement 300 Oceangate Ave., Ste. 850 Long Beach, CA. 90802 io AWARDING AGENCY: CONTRACTOR: Dear Ms. Espiritu: CERTIFIED MAIL / RETURN RECEIPT 9590 9402 2521 6306 0022 29 Public Works Unit 15th Street/Balboa Boulevard Revitalization 15th St & Balboa Blvd NEWPORT BEACH* CA 92658 City Clerk j7: '.. City of Newport wport Beach 3300 Newport Blvd. = ~m Newport Beach, CA 92663-3816 �n BUENA VISTA LANDSCAPE INC 1472 HARDING STREET ti ORANGE, CA 92867 V License #: 674472 Please accept this letter as a formal complaint against BUENA VISTA LANDSCAPE INC Worker Complaint XX DAS Complaint _ CPR Complaint _ PWCR Violation (SB854) Audit Enclosed; _Yes _ No The enclosed complaint alleges the following violations: _ PW Violation(s) (ST, OT, DT, Holiday) _ Cash Pay _ Subsistence/l7avel Time Pay _ Missed Lunch/Breaks _ Non -Reported (Hours/Workers) _ Kickbacks _ Questionable Deductions Ratio Violation _ Under Reported Hours Misclassification _ Fringe Benefit Vtolation(s) _ Training Not Paid Enclosed is a Case Summary along with supportive documents pertaining to the project. We urge the Division of Labor Standards Enforcement to conduct a full investigation to verify our findings and impose the proper penalties due. Please keep us informed of the Status of this investigation and send us copies of all judgements, CWPA, demand letters, final settlement etc. If you have any questions, please contact me at (951) 686-3328 ext. 205 or by e-mail at GuQGsocalccc.org. „ 7 Sincerely, t� �zt cia. Gus Garcia Investigator Date L / Copies Sent To: City Council City Manager City Attorney He 0 7Z�z�J9[�]NLy:a�1 [N �l :)•/ L /_I I I am over the age of 18 and not a party to this action. I am a resident of or employed in the county where the mailing occurred. My residence or business address is: 1168 E. La Cadena Drive, Suite 202 Riverside, CA 92507 I served a copy of the following documents: (List Documents) Center for Contract Compliance Letter of Complaint Division of Apprenticeship Standards Public Works Complaint Form #PW 1 By placing a true copy of each document in the United States Mail, in a sealed envelope with postage fully prepaid, as follows: a. Date of Deposit: March 3, 2017 b. Place of Deposit (city & state): Riverside, CA c. Addressed as follows: Buena Vista Landscape Inc 1472 Harding Street Orange, CA 92867 I DECLARE UNDER PENALTY OF PERJURY, THAT THE FOREGOING IS TRUE AND CORRECT AND THAT THIS DECLARATION IS EXECUTED ON (date) March 3, 2017 (place) RIVERSIDE, CALIFORNIA. Hilda C. Magallanez Type or Print Name i ture PROOF OF SERVICE BY MAIL I am over the age of 18 and not a party to this action. I am a resident of or employed in the county where the mailing occurred. My residence or business address is: 1168 E. La Cadena Drive, Suite 202 Riverside, CA 92507 I served a copy of the following documents: (List Documents) Center for Contract Compliance Letter of Complaint Division of Apprenticeship Standards Public Works Complaint Form #PW I By placing a true copy of each document in the United States Mail, in a sealed envelope with postage fully prepaid; as follows: a. Date of Deposit: March 3, 2017 b. Place of Deposit (city & state): Riverside, CA c. Addressed as follows: GMC Engineering Inc 1401 Warner Ave#B Tustin, CA 92780 I DECLARE UNDER PENALTY OF PERJURY, THAT THE FOREGOING IS TRUE AND CORRECT AND THAT THIS DECLARATION IS EXECUTED ON (date) March 3, 2017 (place) RIVERSIDE, CALIFORNIA. Hilda C. Magallanez Type or Print Name Sidature Labor Commissioner, State of California I. FIRST NAME 2. LAST NAME Department of Industrial Relations DIVISION USE ONLY: Gus Division of Labor Standards Enforcement TAKEN By CASE x . CONTACT ADDRESS DATETAAEN.ASSIGNE:DTO. 1. STATE/ZIP CODE 19. EMAIL ADDRESS OFFICE: pATE RECEIVER: CA / 92507 IGusGisocalccc.or DATEASKGNEIE PUBLIC WORKS—PUBLIC COMPLAINT . PROJECT NAME Hirknown) The following information is important and must be provided. 10. LIST ADDRESSES) OF PROJECT WHERE WORK WAS PERFORMED: Complainant Information I. FIRST NAME 2. LAST NAME 3. COMPANY NAME 4. WORK/CELLULAR NO Gus Garcia Center for Contract Compliance (951)201-1063 . CONTACT ADDRESS 6. CITY 1. STATE/ZIP CODE 19. EMAIL ADDRESS 1168 E. La Cadena Drive # 202 Riverside CA / 92507 IGusGisocalccc.or Project Information Note: A separate farm must be completed for each project in which you are alleging a violation of prevailing wages. . PROJECT NAME Hirknown) 15th Street/Balboa Boulevard Revitalization 10. LIST ADDRESSES) OF PROJECT WHERE WORK WAS PERFORMED: 15th St & Balboa Blvd City of Newport Beach, CA 92658 Complaint Aainst IL NAME OF BUSINESS/CONTRACTOR/EMPLOYER 12. CONTRACT'OR'S STATE LIC. NO Buena Vista Landscape Inc. 674472 13. ADDRESS OF BUSINESS/CONTRACTOR/EMPLOYER (Include Zip Code) 14. BUSINESSTEL. NO 1472 HARDING STREET (562) 622-3309 ORANGE, CA 92867 15. EMAIL ADDRESS 16. NAME OF PERSON IN CHARGE 17 -TITLE RMO/CEO/PRES Awarding Body 18. NAME OF PUBLIC AGENCY/AWARDED CONTRACT ENTITY City of Newport Beach 19. ADDRESS OF AWARDING BODY 100 Civic Center Drive 20. BUSINESS TEL. NO/ (949) 644-3311 Newport Beach, CA 92660 21. EMAIL ADDRESS 22. NAME OF PERSON IN CHARGE / TITLE 23. AMOUNT OF CONTRACT dawebb@newportbeachca.gov David A. Webb/Public Works Directo $2,746,402.00 4, FIRST BID AD DATE 25.DA7E PROJECT BEGAN 26. PROPOSED FINISH DATE 27. DATE OF NOTICE OF COMPLETION 10/30/2015 1/5/2016 4/15/2016 09/13/2016 General Contractor Prime Contractor 28. NAME OF GENERAL CONTRACTOR 29. CONTRACTOR'S STATE LIC. GMC ENGINEERING INC 739091 30. ADDRESS 1401 WARNER AVENUE #B il. BUSINESS TEL. NO (714) 247-1040 TUSTIN, CA 92780 32. EMAIL ADDRESS 33. NAME OF PERSON IN CHARGE 34. TITLE GENNADY CHIZHIK RMO / CEO / PRIES Prevailing Wage Issues (Attach statements substantiating the allegation) 35. BRIEF EXPLANATION OF ISSUES: Check all applicable boxes ❑Non-payment/Underpayment of wages ❑ Not paid travel and subsistence ❑Under reporting of hours ❑Unpaid overtime/Sat/Sun/Hol iday rate ❑ Misclassification of worker ❑ Insufficient fund check ❑Fringe benefits not paid ❑ Other pprentice Violations 1777.5 proceed to the next page DLSEPW IA (Rev 8.2012) Apprentice Occupation 36. Trades and Classifications: Landscape Irrigation Laborer Apprentice Violations 1777.5 37. If the contractor is approved to train- Name of the Apprenticeship Committee: 38. Was there a LABOR COMPLIANCE PROGRAM on this project? DYes ✓❑ No If Yes, Name of the LCP: LCP Telephone Number: Apprentice Issues ( List any documentation attached substantiating the allegation) 39. BRIEF EXPLAINATION OF ISSUES: (Check all applicable boles) ✓ Failed to provide Contract award information (DAS 140). California Code of Regulations 230 ✓ Failed to request dispatch of apprentices (DAS 142). California Code of Regulations 230.1 ✓ Failed to employ registered apprentices in the correct ratio or not at all. California Code of Regulations 230.1 71 Failed to make apprenticeship training fund contributions. California Code of Regulations 230.2 Other (give clear concise statement of the facts constituting the basis of your complaint) Proof of Service 40. Qd Check the box if Proof of Service upon affected contractor and the General Contractor is attached. I hereby certify MY NAMVN DLSE PW IA (Rev 8. 2012) a true statement to the best of my knowledge and belief. :D IN THIS INVESTIGATION. 0✓ Yes No (— Date November 21, 2016 GMC Engineering, Inc. Attn: Gennady Chizhik 1401 Warner Avenue, Suite B Tustin, CA 92780 Subject: 15th Street/ Balboa Boulevard Revitalization — C-6341 Dear GMC Engineering, Inc.: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.gov On September 13, 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 September 14, 2016, Reference No. 2016000442979. The Surety for the bond is Western Surety Company and the bond number is 58728550. Enclosed is the Labor & Materials Payment Bond. SincAbuiu erely, N*V-- Leilani I. Brown, MMC City Clerk Enclosure Bond No, 58728550 Premium: $20,141.00 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 58728550 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of distributing construction notices to existing businesses and residents; construction surveying; removing existing sidewalk, curb and gutter, driveways, asphalt and concrete pavement, fencing, walls, other improvements, and landscape material; clearing and grubbing; constructing new asphalt and concrete improvements; constructing underground storm drain, junction structures, grate inlet catch basins, and French drains including dewatering; installing traffic signals, underground conduits, signing and striping; constructing and installing new irrigation system, landscaping, trees, decorative paving, and architectural features; plant maintenance; and other incidental items of work. Contractor shall coordinate all work with the traffic control plans, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of 1 and _/Dollars ($ 2,746,402.00) 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 Page A-1 1 - Two -Million Seven -Hundred Forty -Six Thousand Four -Hundred Two !00 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 of 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 7th day of December 2015 . GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surety 619-682-3510 Telephone APPROVED AS TO FORM: CITY ATTO N Y'S OFFICE Date: l2 { By: '�)� Aaron C. Harp CAM MZ I,Jis City Attorney ?4 AuthorizedSignature/Title Gennady Chizhik, President ' . /e . 4,.["r_ Aufln66z d Ag nt Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page A-2 CALIFORNIA ALL PURPOSE 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 Orange } On December 7, 2015 before me, Megan Featherston Notary Public, Date (here insert name and title of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the personvwhose name(, fSaje subscribed to the within instrument and acknowledged to me that t ie sh�Kh# executed the same inoWr/th�r authorized capacity(ie4, and that by r/tVir signature(,Won the instrument the person or the entity upon behalf of which the personWacted, 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: no�fi�-o , (Seal) Description of Attached Document Title or Type of Document: Document Date: Other: OPTIONAL MEGAN FEATHERSTON Commission # 2002447 A" Notary Public. - California z z a °* Orange County y� My Comm. Expires Jan 26, 2017 Number of Pages: 2014 Aoustille Senice 707-992-5251 www-CailtornlaApoStilie US Calilornia Nlohile NotmN NeLm,tk x%%w C MNN cam CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange 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. On December 7, 2015 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. Rli COMM. #1974059 z O.My Notary Public - California z z Orange County oComm. Expires Apr. 29, 2016 (Notary Seal ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT f7fide or des •riplion o f attached rltKument) 0 ilia or description of atlacbcd dncwnent crnginucd) Number of Pages _ Document Datc IAddilioaal information) CAPACITY CLAIMED BY THE STONER O Individuat(s) ❑ Corporate Officer fTitkl L] Parmer(s) K Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLE77NG THIS FORM Any arkntmderignren coanp/efed in Californ(o mwi contain verbiage eracry, as pplMars or&w in dee notary section or u fe(harrYe aeknnn'iedgmeni fa'm nasi bbe prope'y completed curd armrhed to that dotunrent. The only exception a if a docnmrnl is la be recorded arulate of Cuhfarnia_ Irr sucir msinnca, am alrernatirr ackrmwfedgment nerbraii as more be printed on .such to doramear so long ar rhe Irrblage dons not regnlre file normy to do .something Thal a illegnf fm- a nomnr to California fi.e Terrifying ncc audrorized capacity of the signer). Please check the dommeni carefrdli,for proper nowrrnl wardtn tuay attach drrsfarm ifregaved. • Sure and County mftmmatimr must be the State and Canny where the docwnelar signca(s) personally appeared before the notary public far acknowledgment. • Date of nolatrialinn must be the date 11110(the signcir(i) incrsomily appeared which must also be the .some date Ibe ncknrlwledgmeni is completed. • The notary public must print his or her name as it appears within his or her commission followed by A Corinna and then your title (nolary public). • Print the names) of d"Vournt signals) who posenaliy appear at the time of MilanZalion. • Indicate the correct stngalar or plum) forms by cru>sirtg off ineonect foes (i.e, ha'shvil ay,. is /aro ) or circling the corittt fonru. Failure to correctly tudicalc tris information nmy [cad to ncjectiorh of dtrcutncnt acceding, • 'clic notary seal impression must be clear anal photographically reproducible. lmpresion mmt nu cover test to lines'.. If seul imprerskss stnudges, re -seat if a sufficient arca permits, otherwise complete a different acknowledgment form, • Signatua of the ntuary public mint iii the signature can file with the office or thcccmnly ckik. d Addltitptul information is not required but stork) help to erasure this acknowledgment is not nusused or notched to a dilfereat docwnrnt. indicate l i(k or type ofaltached document, t umherof furges and dine. 7 Indicate the aprumry claimed by the signer. If the claimed capacity is a cntpnmle ofl-wer, indicate the tale{i.e. CEO, CF), Staraary). • Securely munch this docuumu to the signed document Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duty organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of June, 2015. tu9rrs•G" WESTERN SURETY COMPANY "Paul T. Bruflat, Vice President State of South Dakota Courcy of Minnehaha ss On this 16th day of June, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires �••••••••••••••••••••••.. s S. EICH I February 12, 2021 ,/^ UTW w�ue� r countoUUX V'[jJ� Ll/li(rJ�/1� S, Eich, Notary Public CERTIFICATE I, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 7th day of December 2015 WESTERN SURETY COMPANY Form F4280.7-2012 L. Nelson, Assistant Secretary Document -1876270 -Page- I RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 1 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder 1111111111111111111111111111111111111111111111111111111 jj� III 111111111 NO FEE +$ R 0 0 0 8 6 8 7 0 0 2$+ 2018000442979 3:15 pin 09114116 227 402 Nt 2 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GMC Engineering, Inc., Tustin, as Contractor, entered into a Contract on December 8, 2015. Said Contract set forth certain improvements, as follows: Ie Street/Balboa Boulevard Rehabilitation C-6341 Work on said Contract was completed, and was found to be acceptable on September 13. 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. 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 at Newport Beach, California. M about:blank 09/14/2016 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GMC Engineering, Inc., Tustin, as Contractor, entered into a Contract on December 8, 2015. Said Contract set forth certain improvements, as follows: 15th Street/Balboa Boulevard Rehabilitation C-6341 Work on said Contract was completed, and was found to be acceptable on September 13, 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. 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 at Newport Beach, California. I I J\ City Clerk L11_1 FOai n e'— � hy ef Ark' - 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 20th day of November, 2015, at which time such bids shall be opened and read for Title of Project Contract No. 6341. $ 3,300,000.00 Engineer's Estimate UMM3= til MUM W Mfirk Vukofe-vic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" For further Information, call Iris Lee, PLoject Mangger at (949) 644-3323 I --- BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: h#2:#npwportbeachca.goWqovemmenttopen-trans parentlontine- services/bids-rfps-vendor-registration City of Newport Beach Contract No. 6341 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 5 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 17 INFORMATION REQUIRED OF BIDDER..................................................................... 18 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND........................................................A-1 FAITHFUL PERFORMANCE BOND.....................................................................B-1 INSURANCE REQUIREMENTS.........................................•................................ C-1 PROPOSAL.............................................................................................................. PRA SPECIALPROVISIONS............................................................................................ SPA 2 City of Newport Beach 15TH STREET/BALBOA BOULEVARD REVITALIZATION Contract No. 6341 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 3 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. 739091 A, B Contractor's License No. & Classification 1000003957 6/30/2016 DIR Reference Number & Expiration Date GMC Engineering, Tnc. Bidder President Authorized Signat e/Title Gennady Chizhik 11/19/2015 Date 0 City of Newport Beach I5TH STREETIBALBOA BOULEVARD REVITALIZATION Contract No. 6341 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal SUM of _ Ten Percent of the Total Amount Bid Dollars ($ 1D% ), to be paid and forfeited to the City of Newport: Beach if the bid proposal of the undersigned Principal for the construction of 15TH STREET/BALBOA BOULEVARD REVITALIZATION, Contract No. 6341 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 tho mailing of "Notification of Award", otherwise this obligation shall become dull 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 gond. Witness our hands this 11th day of November 2015. GMC Engineering, Inc. Name of Contractor (Principal) _Western Surety Company Name of Surety 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 619-682-3550 Telephone N'0�m ..- Authorized Signaturehitle Gennady Chizhik, President A horized Agent Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) M Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its true and lawful Attomey(s}in-Fact with full power and authority hereby confernd to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholder: of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of June, 2015. Ery WESTERN SURETY COMPANY 0#�++''°t APaul T. Bruflat, Vice President State of South Dakota 1 J? ss County of Minnehaha On this 16th day of June, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires �•+++►••++++++++�•++.+++• S. ETCH February 12, 2021 0MAY _ UTH OAKOTA S. Eich, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 11th day o f November , 2015 p%` WESTERN SURETY COMPANY P0#,q $ Form F4280-7-2012 L. Nelson, Assistant Secretary CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange 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. On November 11, 2015 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. HIS comm, #1974059 z Notary Public Z •California -11 '�� Orange County o M Comm. Ex i►es Apr. 29, 2016 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOC:UMI=,NT (Title or description of attached doulla ont) -- ('Title or description of atuched dirtumena coiuinuetl) NutnItt„r of Pages Document I)atc. (Addi,inripl information) C'APACITl' CLAIMED BY THE SIONLA L: Individual (s) U Corporate Officer ;Tithe) LJ Partner(s) K Attorney -in -Fact ❑ "i'tustee(s) ❑ Other — I-NST-RUC11ONS FOR COMPLET INIG THIS FORM Any acklr(nvirtlgnrerrr completed in C'af forni,t lural coruain verbiagc exactly eu +tE+rk'ars cr 00? rn rhe trotari, secrion ora semirrue a[inouletlgntentJcrnt must Jit, properll completed and attached to drof doeunrerrt. The only e-rception is t/' o docranent ii to be recorded ourside of'C:afrfcirrria. ht such ittuances, rum• aiternaliv aekaowtedgenenr verhioge os null, be printed out such it dexitmear so lots; lis fire verbiage does not regrtire. lire +rorao to do sonret)rine than is iflegitf for u noram in C'alift+,•tricr (i.e cerfi&itlg the authorized capacity of the sumer)- Please check the docrrro7ent c-areliNv for' propernotarial wordier anal artach this•.lnom if r•egttired. • StAc and Countv nifanntrtion muii use tike Slate and Courtly where lite document signer(5) personally appeared beti)re the notary lxiblic inr a akaowledentent. • Datc of tsnlari'ration must be the date that the signer(s) personally appeared which Inusl also lie tike ..Wane (title. lase nehlowlalgmcnt is Completed. • lite notary public kilts, Iwimt liiq ,?r Iker name ns it Appears within his ar liar coimmittsion followed by a cumnta and then your title (m?lary rmblic) • Print the aauiefs) of ducunicut signer(s) who penexiatiy appeirr rut t)rc Linc or naia•trizaliun • Indicate lite correct singular or plural farms by cr(iSsing ply ilwurl -1 forms (i.e. hmsieldt<wyr is lure I or circling tic carted fornks, frirlurc to comedy iii<tic.rte this rnformution mtay lead to n> jwtkmik d�dexum7q ircc(nlinp, • 1'11r notary 5C4II impression must be clear and pholugiaphicaliy reproducible hnprrssia}n must neti c:uvet text ret lines. if seal itnprctisim srttudta"s, re -seal if a sufficient ttte-a permits, edteswise complete u difrcrrni acknowteclguteuli form, • Signature of the notary Public rnusl attach the signature on file with lite office of the county clerk. Additiinal information N nrst reclui vd but ouuW 11c1P to cnsurc this ackikowIMSment is not utisusW or attached to it different <Incutnent. Indicate title err type ofattached document, nuluberofp;iges and date. Indicate the c-himcily claitntd by lite signer If the claimed capacity is a corporates officer, indicate the title t i.e. CEO, CFO, Secretary). 6 Securely aUnCh this document to the signed &K'unicnt CALIFORNIA ALL PURPOSE 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 Orange } On November 19, 2015 before me, Megan Featherston Notary Public, Date (here insert name and title of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the person whose name, &ade subscribed to the within instrument and acknowledged to me that e /they executed the sa/me in us r/th�r authorized capacity(i , and that by is �/th�r signature( on the instrument the person(s, or the entity upon behalf of which the person) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. .: MEGAN FEATHERSTON S. , � a� Commission # 7.002447 z (; . , . ' Notary Public - Calilornia i, Orange County My Comrn. Expires Jan 26, 2017 Signature: ,1 2 �i I Description of Attached Document Title or Type of Document: Document Date: Other: OPTIONAL Number of Pages: 2015 Apostille Service 707-992-551 www CaliforniaApostille us C•liFornia Mubilc Nottrr Network N�-NvwCAiy1NN com City of Newport Beach 15TH STREET/BALBOA BOULEVARD REVITALIZATION Contract No. 6341 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 % of Number Total Bid Name: BLACK ROCK CONSTRUCTION 282 N. ST. CRISPEN CA 92821 714-4 714-412-3106 LIC. # 943308 PCC Concr; to ! -7 Registration Number: 10000054 �0 ( uiK Kererence: Email Address: Name: BRAVO SIGN & DESIGN 520 E. CENTRAL PARK AVENUE ANAHEIM, CA 92808-1472 714-284-0300 LIC. # 641391 Monument Sign. I Contractor's Registration #: 10%006u&,, DIR Reference: Email Address: Name: BUENA VISTA LANDSCAPE 1472 N. HARDING ST. �� j J��► 1 _ if S C�i�L= ORANGE, CA 92867 714-771-2563 LIC. # 674472 C27 2% -Ze% l f.'�1�•� P7fJ /l,� /T 4 DBE # 35257 Landscape / Irrigation 36 Contractor's Registration #: 1000004770 3r1v Email Address „ GMC Engineering, Inc. Bidder V"�;V� President Authorized Sign4ture/Title 8 Gennady Chizhik 1, H STREET/13ALBOA BOULEVARD REVITALIZATION Contract No. 6341 DESIGNATION OF SUBCONTRACTORfS) 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: T��,� v Address: MAC./ W4?4e F6M24_(X e Pham �yt�1)62/33E •�� /, �, j v ! 0 Sta � Licen�E i Jumber: 9312—TC— DIR Reference: Email Address: Name: p�[ PAVER PLUS, INC. P.O. Bax Downey, CA CA J 9 90240 0210 562-622-3309 Lic. # 934121 Pavers Contractor's Registration # 1000002585 DIK Keterence: Email Address: Names STARLIGHT SURVEYING, INC. 17955 SKY PARK CIRCLE, sui rE F IRVINE, CA 92614-6372 (949)757-0613 License No. 5848 Survey,���� DIR No. 1000014874 DIR Reference: Email Address GMC Eli i n ri n Tn (v�gte(,_Pzesident gig+ --- Bidder Authorized Sigrat e/Title Gennady Chizhik Cit�r �f Newport Bea�l�; 15TH ST EEVISALBOA BOULEVARD REVITALIZATION Contract No. 6341 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 % of Number Total Bid Name: SUPERIOR PAVEMENT MARKINGS 5312 CYPRESS STREET CYPRESS, C'. 90630 (: 14) 562-9700 License # 776306 Striping DIR # 1000001476 UIR F_IWMVIII U. Email Address: Name: SHAW & SONS, INC. //,, �7 W; 829 W. 171" STREET #5 f % COSTA MESA, CA 92627 �7 (949)642-0660 X License No. 2741444 DIR # /000024841 Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address GMC Engineering, Inc. President Bidder Authorized SignaturUlTitle Gennady Chizhik City of Newport Beach 15TH STREET/BALBOA BOULEVARD REVITALIZATION Contract No. 6341 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name GMC Engineering. Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number West Newport Landscaping Project Balboa Blvd, Beautification Project Description Landscaping, , S;d .wal 1 , Street improvements Approximate Construction Dates: From 1/20/2014 To: 7/6/2014 Agency Name City of Newport Beach Contact Person Tris T, Telephone (949) 644-3323 Original Contract Amount $ 2247357 Final Contract Amount $ 2485640.74 If final amount is different from original, please explain (change orders, extra work, etc.) Extra work and change orders per the request of the city. 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 P" No. 2 Project Name/Number Bay Avenue West PUvement Rehabilitation Project Description Street improvements, curb & gutter, sidewalk Approximate Construction Dates: From 9/21/2013 To: 2/9/2014 Agency Name City of Newport Beach Contact Person Peter Tauscher Telephone (949 644-3316 Original Contract Amount $1399999 Final Contract Amount $1582313.22 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders and extra work per the request of the city. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 3 Project Name/Number Katella Avenue Improvements Project Description Street- improvements. Sidewalk, Landscaping, Approximate Construction Dates: From 2/3/2014 To: 1/9/2015 Agency Name City of Anaheim Contact Person Rnhert Luciano Telephone ( 714 765-5286 Original Contract Amount $ 68235nnFinal Contract Amount $ 7230795.30 If final amount is different from original, please explain (change orders, extra work, etc.) Extra wnrk and changes orders per the request of the city- Did iy 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. 4 Project Name/Number Valencia Avenue Landscaped Median Improvements Project Description Landscaping, median improvements, signing ng & striping Approximate Construction Dates: From 9/9/2014 To: 4/18/2015 Agency Name City of Brea Contact Person Raul Lising Telephone (714_671-4450 Original Contract Amount $ 928AR6 Final Contract Amount $ A769nR _ 7 5 If final amount is different from original, please explain (change orders, extra work, etc.) Extra work andhangee order per the request of the city_ 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 Moi Project Name/Number Pacific Coast Highway/Del Prado Streetscape _improvements Project Description Road wi Eleni ng, Landscaping, monument- sign, si dt-walks Approximate Construction Dates: From 1 /5/201 5 To: in p rngrPss Agency Name City of Pana Point Contact Person Matthew Sinarori Telephone (949) 248-3558 Original Contract Amount $6�Final Contract Amount $ 6641222 -2s If final amount is different from original, please explain (change orders, extra work, etc.) Extra work and change orrlars Par tha rpgiiast of tha rite Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 11 No. 6 Project Name/Number Beach Blvd, Median and Traffic Signal Improvement Project Project Description Median, traffic signal im vts, Landscaping, curb Approximate Construction Dates: From 7Ir, /9m To: in/i,,/9o15 Agency Name city of Riiana Park Contact Person .i-ffrpW Tnwncand Telephone ( 714 -569-3680 Original Contract Amount $ 934000 Final Contract Amount $ 1 019125.33 If final amount is different from original, please explain (change orders, extra work, etc.) _Extra work and change orders per the rpquest of the city, Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. GMC Engineering, Inc. Pesident Bidder Authorized Signature/Title Gennady Chizhik 12 GMC 0GINMINGIc GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B Re: 15th Street / Balboa Boulevard Revitalization City of Newport Beach, Contract No. 6341 CONSTRUCTION MANAGEMENT TEAM MAY BE ASSIGNED FOR THE ABOVE REFERENCED PROJECT Gennady Chizhik — President Involved in Construction since 1979 Served as: Foreman, Superintendent Currently serving as: Estimator, Project Manager, and Field Engineer Oversees all aspects of GMC Engineering, Inc. J. Michael LaVoie — Estimator, Project Manager / Engineer Involved in Construction since 1990 Served as: Laborer, Field Engineer, Estimator, and Project Manager Currently serving as: Project Manager, Estimator, and Field Engineer James Williams — Field Operations Manager Involved in Construction since 1998 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC, and Underground Utilities Currently serving as: Field Operations Manager in charge of overseeing GMC Field Operations, as well as scheduling and supervising Ernie Beas — Superintendent Involved in Construction since 1978 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising Art Sanchez — Superintendent Involved in Construction since 1985 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247-1040 • Fax (714) 247-1041 City of Newport Beach 15TH STREET/BALBOA BOULEVARD REVITALIZATION Contract No. 6341 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of orange ) Gennady Chi_zhi k being first duly sworn, deposes and says that he or she is President of GMC Engineering, Tnc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of Ca]}( iq that the foregoing is true and correct GMC Engineering, Inc. /�/ Bidder Authorized Signa re/Title Gennady Chizhik Subscribed and sworn (or affirmed) before me on this day of 2015 by , proved to me on the basis of ) who appeared before me. satisfactory evidence to be I certify under PENALTY OF PNURY under the laws of the State of California that the foregoing paragraph is true and corr t. [SEAL] 13 Notary Public My Commission Expires: 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 California Subscribed and sworn to (or affirmed) before me on this 19th day of November , 20 15 , by Gennady Chizhik proved tq me on the basis of satisfactory evidence to be the person who appeared before me. cyi�;r.'.;�' MEGAN FEATHERSTON Commission # 2002.447 Notary Public - California e J Orange County My Comm. Expires Jan 26, 2017rK atu re City of Newport Beach 15TH STREET/BALBOA BOULEVARD REVITALIZATION Contract No. 6341 DESIGNATION OF SURETIES Bidder's name GMC Engineering. Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Western Surety Company JRG Surety and Insurance Agency 1455 Frazee Road, Suite 801 24382 Hilton Way San Diego, CA 92108 Laguna Niguel, CA 92677 (619) 682-3550 (949) 448-7910 Agent: Jeffrey R. Gryde 14 City of Newport Beach 15TH STREETIBALBOA BOULEVARD REVITALIZATION Contract No. 6341 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name CMC: Engineering, Tnr. . Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2014 2013 2012 2011 2010 Total 2015 No. of contracts 7 6 11 3 5 7 39 Total dollar Amount of Contracts (in 16.5mil 12.4mil 7.1 mil 5.3mi1 8.2mil 10.4mil. 59.9mil Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving 0 0 0 0 0 0 0 permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder GMC Engineering, Inc. Business Address: 1401 Warner Ave., Ste B, Tustin, CA 92780 Business Tel. No.: (714) 247-1040 State Contractor's License No. and Classification: 739091 A,B Title President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of Abidder e , L - Date Date enna y Chlzhik 41/19/2015 Title President Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] 16 CALIFORNIA ALL PURPOSE 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 Orange } On November 19, 2015 before me, Megan Featherston Public, Date personally appeared Gennady Chizhik (here insert name and title of the officer) otary who proved to me on the basis of satisfactory evidence to be the person) whose nameA&I subscribed to the within instrument and acknowledged to me that ie 70y executed the same h Zi qr/th�.r authorized capacityO, and that by r/they signature( -/on the instrument the person(,), or the entity upon behalf of which the person) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. s MEGAN FEATHERSTON Commission 2002447 Notary Public - California z Orange County My Comm. Expires Jan 26, 2017_. Signature: (seal) OPTIONAL Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Other: 2015 Apostille Service 707-99'-5i5l wNyw CaliforniaApostille us Calitbrnia Mobile Notary Network -vNwwCA'VlNN coni City of Newport Beach 15TH STREET/BALBOA BOULEVARD REVITALIZATION Contract No. 6341 ACKNOWLEDGEMENT OF ADDENDA Bidder's name GMC Engineering, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 1 11/9/2015 IfffI6 -1 2 3 11/12/2015 11/17/2015 17 Page: 1 of 1 P 11FOVL 151h STREET/BALBOA BOULEVARD REVITALIZATION CONTRACT NO. 6341 DATE: BY: City Engin&er TO: ALLIPLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. A.PROPOSAL 1. Bid proposal document was missing from the bid set. Insert "PROPOSAL" document. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. I is attached. I have carefully examined this Addendum and have included full payment in my Proposal. GMC Engineering, Inc. Bidder's Name (Please Print) 11/19/2015 Date President Authorized Slgnatu& Title Gennady Chizhik f:\users\pbw\shared\contracts\fy15-16 current projects\200 - streets and drainage\c-6341 15th street and balboa boulevard revitalization 15rl 1\bid items\addendum lWdendurn - no.l.doc Page: 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT O� �tiW Pp,4T c�t�Foat,`P ADDENDUM NO. 2 151h STREET/BALBOA BOULEVARD REVITALIZATION CONTRACT NO. 6341 r DATE: I " �S BY: `�Yk City En neer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. A. GENERAL 1. The contract number on all documents related to this project shall be changed from C-5541 to C-6341. Due to file size, a complete set of contract documents reflecting this change will not be issued. B. PROPOSAL 1. Replace "Proposal' in its entirety, with "Proposal (11/12/2015)." is\users\pbw\shared\contracts\fy15-16 current projects\200 - streets and drainage\c-6341 15th street and balboa boulevard revitalization 15r11\bid items\addendum 2\addendum - no.2_psomas.doc Page: 2 of 2 C. PLANS 1. Replace Sheet 4 of 53 with Sheet 4 of 53 Delta 1 (11/13/15) 2. Replace Sheet 7 of 53 with Sheet 7 of 53 Delta 1 (11/13/15) 3. Replace Sheet 8 of 53 with Sheet 8 of 53 Delta 1(11/13/15) 4. Replace Sheet 11 of 53 with Sheet 11 of 53 Delta 1(11/13/15) 5. Replace Sheet 18 of 53 with Sheet 18 of 53 Delta 1(11/13/15) 6. Replace Sheet 21 of 53 with Sheet 21 of 53 Delta 1 (11/13/15) 7. Replace Sheet 23 of 53 with Sheet 23 of 53 Delta 1 (11/13/15) 8. Replace Sheet 48 of 53 with Sheet 48 of 53 Delta 1(11/13115) D. SPECIFICATIONS 1. Insert "15TH STREET/BALBOA BOULEVARD REVITALIZATION CONTRACT NO. 6341 ". 2. Replace Special Provisions Pages 1 through 37, with Special Provisions Addendum No. 2 Pages 1 through 37. Please note added payment items under Section 9. Bidders must sign this Addendum No. 2 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. GMC Engineering, Inc. Bidder's Name (Please Print) 11/19/2015 Date President Authorized Signat re & Title Gennady Chizhik is/userslpbwlsharedlcontracts\fy15-16 current projects1200 - streets and drainagelc-6341 15th street and balboa boulevard revitalization 15r111bid itemsladdendum 2laddendum -no. 2—psomas.doc Are any claims or actions unresolved or outstanding? Yes AUN poi If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. GMC Engineering, Inc. Bidder Genn2dv chj zLj k (Print name of Owner or President of Corporation/Company) President Authorized Signa ure(fitle Gennady Chizhik President Title 11/19/2015 Date On before me, Notary Public, personally appeared who proved to me on the basis of satisfactory a 'deuce to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowle ed to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by h her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) a ed, executed the instrument. I certify under PENALTY OF PEURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: (SEAL) See N__V�_3 r 4 I. 20 CALIFORNIA ALL PURPOSE 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 Orange } On November 19, 2015 before me, Public, Date personally appeared Megan Featherston Gennady Chizhik (here insert name and title of the officer) Notary who proved to me on the basis of satisfactory evidence to be the person(/,) whose name a/e subscribed to the within instrument and acknowledged to me that ee histh�y executed the same in lA is/th r authorized capacity(iA and that by (qh�/thor signature( on the instrument the person( , or the entity upon behalf of which the person() acted, exe ed 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. tea, MEGAN FEATHER 'TON Commission #1 2002447 Notary Public - California 7 z Orange County ` o My Comm. Expires Jan 26, 2017 ff� Signature: /�� ' (seal) OPTIONAL Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Other: 2015 Aoostille Service. 707-992-5i5l ww"w.CallforriiaApostille.Us California Mobile Notary Net,,vrork \aw\\ CAMN-N com GMC AINEERINGIc GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B RESOLUTION AUTHORIZING EXECUTION OF ANY CONTRACT BY PRESIDENT GENNADY CHIZHIK At a Meeting of the Board of Directors of GMC Engineering Inc. (hereinafter sometimes called Corporation), a corporation organized and existing by virtue of the laws of the State of California, duly called and held on the 21,d of January, 2015, a quorum being present, consisting of the President and Secretary of the Corporation, Gennady Chizhik, the following Resolution was adopted: BE IT RESOLVED by the Board of Directors of this Corporation that its President, Gennady Chizhik, is hereby authorized, empowered, and directed to execute on behalf of this Corporation, and in its name, any contract. BE IT FURTHER RESOLVED, that any prior acts of said officer of the Corporation, in connection with the execution of any contract on behalf of the Corporation, are hereby confirmed and ratified. I, Gennady Chizhik, hereby certify and declare that I am the regularly and duly acting President and Secretary of GMC Engineering, Inc., a Corporation; that the Resolution above set forth was duly and regularly adopted by the Board of Directors of said Corporation at a Special Meeting of said Board of Directors, held in Tustin, California, on the 2nd day of January, 2015; that the whole number of Board of Directors of said Corporation is one; that there were present at said meeting one Director; that all Directors present voted in favor of said Resolution, and that thereupon the Resolution was declared regularly adopted. Corporate Seal Gennady Chizhik President & Secretary of GMC Engineering Inc. Notarization Attached 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247-1040 • Fax (714) 247-1041 CALIFORNIA ALL PURPOSE 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 Orange } On November 19, 2015 before me, Megan Featherston Notary Public, Date (here insert name and title of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the persor,,K) whose name4, '>< /,�e subscribed to the within instrument and acknowledged to me that&shv7thXexecuted the same ho/Ver/thy6 authorized capacity(), and that bo/1jr/their signature�A on the instrument the person(fl or the entity upon behalf of which the person(Kacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. r.. MEGAN FEATHERS RS TON Commission # 2002447 z :. v/„ Notary Public - California z z Z Orange County v My Comm. Expires Jan 26, 2017 gaw Signature: ` (Seal) OPTIONAL Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Other: 2015 ApOstille Service. 707-993-5 5I www.CaliforniaApostille.us California 'Mobile Notary Network www CAN1NN com 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 15th STREET AND BALBOA BOULEVARD REVITALIZATION CONTRACT NO. C-6341 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 -6061-S); (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 (Latest Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 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." 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of distributing construction notices to existing businesses and residents; construction surveying; removing existing sidewalk, curb and gutter, driveways, asphalt and concrete pavement, fencing, walls, striping, landscape material, and other improvements; clearing and grubbing; constructing new asphalt and concrete improvements; constructing underground storm drain, junction structures, grate inlet catch basins, and french drains including dewatering; installing traffic signals, underground conduits, signing and striping; constructing installing new irrigation system, landscaping, trees, im 15'' STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 decorative paving, and architectural features, plant maintenance, and other incidental items of work. Contractor shall coordinate all work with the traffic control plans." 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 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, property corner monuments and benchmarks 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 and 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 Psomas and can be contacted at (714) 751-7373. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work." SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 Page 2 15'' STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 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 Add Section 4-1.3.4 Inspection and Testing 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Contractor 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 3rd 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 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. Add Section 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the `Notice to Proceed. 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. 6-7 TIME OF COMPLETION Page 4 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 6-7.1 General Add to this section: "The Contractor shall complete all work under the Contract within 110 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days Revise 3) to read: "any City holiday, defined as January 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 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31 st (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Contractor shall also accommodate any City -approved special events, including, but not limited to the Newport Beach Christmas Boat Parade from December 16 through December 20, 2015. Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Normal working hours are limited to 7:30a.m. to 4:30 p.m. Monday through Friday. All work requiring the closure of vehicular travel lane(s) shall take place between 8:00 a.m. and 4:00 p.m. only. No work shall occur by the elementary school (between 12th and 15th Streets on W. Balboa Blvd) during pick up and drop off times, which occur between 8:30 a.m. and 9:30 a.m., and 2:30 p.m. to 3:30 p.m. on school days. Lane closures shall occur between 9:00 AM and 3:00 PM Monday through Friday, and traffic signal outages shall occur between 9:00 AM and 3:00 PM on Monday through Thursday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. Page 5 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 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 $1000.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." 6-11 SEQUENCE OF CONSTRUCTION The Contractor shall prepare a construction phasing schedule for submittal to the City for review and approval. The construction phasing schedule shall be approved by the City prior to starting construction activities. The construction phasing shall address issues such as traffic circulation and flow, emergency vehicle access, resident access, City events, and parking restrictions. The construction phasing shall be revised, as needed without additional cost, to the satisfaction of the City. Contractor shall not assume approval will be granted for extended distances or duration closures. 6-12 CONSTRUCTION COORDINATION The Contractor shall coordinate construction with the City and the contractors on other City projects, including the Newport Boulevard water main replacement project, which coincides with this project on W. Balboa Boulevard between 18th and 21St Streets. 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 $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter." Page 6 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 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". 7-5 PERMITS Add to this section the following: The Contractor shall obtain and pay for all costs incurred for permits necessary for the work and the associated operations such as, but not limited to utility and/or encroachment permits, those permits required for traffic control, night work, overload, and demolition. The Contractor shall pay all business taxes and license fees that are required for this work. 7-7 COOPERATION AND COLLATERAL WORK Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011." 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets Page 7 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 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 http://www.newportbeachca.gov/government/departments/public- works and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at http://www. newportbeachca.gov/govern m ent/departments/public-works/ocea n -water - ug ality 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 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Storm Water Pollution Prevention Plan (SWPPP). Section 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP). Delete it in entirety and replace with the following: The Contractor shall prepare and submit per 2-5.3 a storm water pollution prevention plan. The SWPPP shall conform to the requirements of the State Water Resource Control Board and the Regional Water Quality Control Board (Santa Ana Region 8), and the requirements of the Construction General Permit Order 2009-0009-DWQ. Prior to the Contractor commencing work, the Contractor shall develop a SWPPP to reflect his actual construction activity, practices, and progress of work to conform to the requirements of the Storm Water Permit. The contractor shall also coordinate with the City of Newport Beach to file a Notice of Intent, Risk Level Calculations, SWPPP and other Permit Registration Documents onto the State Water Boards Storm Water Multiple Applicatons and Report Tracking System (SMARTS) website to obtain a waste discharge ID number. The SWPPP report shall be prepared by a Qualified SWPPP Developer registered with the State of California. Modifications to the SWPPP, other than the SWPPP Map (Erosion Control Plan) shall be stamped and signed by a project Qualified SWPPP Developer (QSP) as indicated in the SWPPP. The CONTRACTOR shall retain a QSP to implement, maintain, and amend the SWPPP during construction to reflect actual construction practices. Modifications to the SWPPP Map (Erosion Control Plan) shall be made by the Contractor to reflect actual BMPs used. This plan should be updated at least weekly with the dates noted as the field conditions change. The placement or use of BMPs not shown on the existing plans shall be reviewed and approved by a representative from the City. A copy or photo of the plan shall be taken to maintain a progress record. The SWPPP must be amended from time to time during the course of work by the QSP to reflect actual construction progress and construction practices. A living copy of the SWPPP shall be maintained at the construction site at all times. The modifications contained in Resolution No. 2001-046 include requirements for the SWPPP to identify a sampling and analysis strategy (and schedule depending on the location of the construction activity). Monitoring, including sampling and analysis may also be required. It will be the CONTRACTOR's responsibility to develop a strategy and monitoring program that will address the pollution potential of materials that are brought to the site for the use in completion of the proposed improvements. The CONTRACTOR shall be responsible for providing all reports required by the Construction General Permit and the SWPPP including monitoring, inspection, testing, Rain Event Action Plans (REAPS), and annual reports to the City for review. Time sensitive reports involving monitoring data shall be provided as soon as the information is available. All other reports shall be provided to the City a minimum of two weeks prior to their deadline for submittal to the SWRCB through SMARTS. The SWPPP document shall not be construed to be a waiver of the Contractor's obligation to review and understand the State General Construction Activity Storm Page 9 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 Water Permit before submitting a bid. By submitting a bid, the CONTRACTOR acknowledges that he has read and understands the requirements of the State General Construction Activity Storm Water Permit Order No. 2009-009-DWQ. The CONTRACTOR shall fulfill the requirements of the permit by including BMPs to eliminate and/or minimize storm water pollution prior to, and during, construction. A monitoring and reporting component of the plan shall be enforced to ensure the construction activities are in compliance with the plan. To ensure no pollutant discharge occurs, the project proponent will implement BMPs to the maximum extent practicable. Minimum performance standards to be met are noted in the project SWPPP. No unauthorized discharges of pollutants (including sediment) are allowed from the site. Only clear water discharges are allowed. Changes to the SWPPP shall be submitted a minimum of ten days prior to the start of construction for review by the City. No work shall commence prior to the review by the City is complete. Payment. All costs to the Contractor for conforming to the requirements of this subsection shall be considered as included in the contract lump sum price bid for SWPPP Implementation & Monitoring, unless noted in separate bid items and shall include full compensation for labor, materials, and equipment to perform the work in compliance with the SWPPP including implementing BMPs, and retaining a QSP for testing, reporting preparation, and submittal. 7-8.6.4 Dewatering Add to this section: "The Contractor shall remove and dispose of water currently existing at the construction site or enters the construction site during the construction period. Any groundwater, tidal fluctuations, or surface water that may be encountered shall be controlled and removed by method of the Contractor's choice subject to the requirements of the California Regional Water Quality Control Board. Contractor shall submit a dewatering plan to the Engineer for review and approval prior to the start of the dewatering operations for the project, The review and approval by the Engineer in no way alleviates the Contractor for, or implies that the City accepts in any way, liability and responsibility for the dewatering plan. Full compensation for DEWATERING shall be paid for at the Contract Unit price per LUMP SUM and shall include full compensation for furnishing all labor, tools, materials, equipment, and incidentals and for doing all the work involved in DEWATERING complete in place, conforming to the requirements herein, and as directed by the Engineer." 7-8.7.2 Steel Plates Page 10 15' STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized shall be pinned and recessed flush with existing pavement surface." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Add to this section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3) 7-10.3 Street Closures, Detours and Barricades Add to this section: "The Contractor shall submit to the Engineer - at least ten (10) working days prior to the pre -construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of, a traffic, control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. Page 11 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 5. Type II barricades shall be located at the beginning and end of each individual closed sidewalk area from time of removal until placement of backfill and final cure of the sidewalk. 6. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work. Lane closure shall be limited to one lane in each direction, 2 blocks at a time, except between 12th and 15th Streets on W. Balboa Boulevard, lane closures shall occur one block at a time. 7. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as lost street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 8. 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. 9. 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 10. 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 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No.2 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 Properties 7-10.6 Notices to Properties Ten working days prior to starting work, the Contractor shall deliver a construction notice to properties within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction in a designated area, the Contractor shall distribute to the properties 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 7-10.7 Street Sweeping Signs and Parking Meters 7-10.7 Street Sweeping Signs and Parking Meters After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor may be required to cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, depending on the extent of the Contractor -prepared construction phasing schedule and traffic control plans. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved Page 13 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 by the Engineer. Immediately after construction is complete in a segment and is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. Add the following Section 7-10.8 Disposition of Mail Boxes 7-10.8 Disposition of Mail Boxes. "The Contractor shall coordinate the removal of any mail collector boxes with the Engineer and the U.S. Postal Service." 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 a California Contractor "A" License. All landscape and irrigation related work items will require a "C-27" License, both of which may be held by either the General Contractor or his subcontractor. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have completed at least two (2) traffic signal systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCTV cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 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. Add the following Section 7-16 Contractor's Records/As-built Drawings: 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 Page 14 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 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 and Demobilization: Work under this item shall include, but not be limited to, providing bonds, insurance and financing, establishing a material and equipment storage location, preparing and implementing BMP Plan, construction surveying, providing submittals, construction schedule, and all required reporting documentations, attending all project coordination meetings, coordinating with all applicable agencies, stakeholders and utility companies, obtaining all necessary construction permits, soil testing, and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA Markings and providing any required documentation and turnover items as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents and businesses. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, coordinating traffic control with all applicable agencies, water, sewer and special districts, stakeholders and utility companies, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, and flag persons. This item Page 15 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No.2 includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 3 Construction Surveying Services: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for providing any and all surveying required to complete the work in place, including restoration of survey monuments and filing the corner records/record of survey with the County of Orange if required. Item No. 4 SWPPP Implementation and Monitoring: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing a Storm Water Pollution Prevention Plan (SWPPP), including, but not limited to, installing erosion control BMPs, educating workers and subcontractors, storm water monitoring, reporting including accessing the State SMARTS website, and all other requirements as described in SWPPP report. After the project is stabilized, the contractor shall file of Notice of Termination to the State Water Resource Control Board. Item No. 5 Dewatering: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for dewatering in conformance with all applicable local, state and Federal laws and permits issued by jurisdictional regulatory agencies. Permits necessary for treatment and disposal of accumulated water shall be obtained by the Contractor as specified in the Special Provisions. Accumulated water shall be treated and/or clarified prior to disposal required in the Special Provisions, by a permit or per the Engineer's direction. The Contractor shall submit a working drawing and related supporting information per 2-5.3 detailing its proposed plan and methodology of dewatering and treatment and disposal of accumulated water. The plan shall identify. the location, type and size of dewatering devices and related equipment, the size and type of materials composing the collection system, the size and type of equipment to be used to retain and, if required, treat accumulated water, and the proposed disposal locations. If the proposed disposal location is a sanitary sewer or storm drain system, the Contractor shall submit to the Engineer written evidence of permission from the owner. Item No. 6 Unclassified Excavation: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, excavating, removing and disposing any existing material not specifically paid for under another payment item to accommodate Contract -specified improvements, and all other work items as required for performing the work complete and in place. Item No. 7 Sawcut and Remove Existing P.C.C. Curb and P.C.C. Curb and Gutter: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing P.C.C. Curb and P.C.C. Curb and Gutter and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Page 16 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No.2 Item No. 8 Sawcut and Remove Existing P.C.C. Pavement, Alley Approaches, Driveways and Cross Gutters: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing P.C.C. pavement, alley approaches, driveways and cross gutters, aggregate base and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 9 Sawcut and Remove Existing P.C.C. Sidewalk, Access Ramps, Bomanite, Pavers, and AC Pavement in Medians: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing P.C.C. sidewalk, access ramps, bomanite paving, pavers, and AC pavement in medians, aggregate base and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 10 Sawcut and Remove Existing A.C. Pavement in Roadways: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing A.C. pavement, aggregate base and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 11 Remove Existing Tree: Work under this item shall include the removal and disposal of all trees interfering with proposed improvements as described on the plans, including the removal and disposition of roots larger than 1" in diameter, and other organic material, and shall include furnishing all labor, tools, equipment and materials necessary to remove trees complete and in place. Item No. 12 Construct 7" Thick P.C.C. Pavement with fiber reinforcement over suitable compacted native soil: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. pavement with fiber reinforcement and all other work items required for performing the work complete and in place. Contractor shall coordinate work with any impacted residents to provide acceptable access to the property. Work will require phased construction. Item No. 13 Construct Type "B" P.C.C. Curb: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing Type "B" P.C.C. curb per City Standard STD -182-L, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Page 17 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 Item No. 14 Construct Type "A" P.C.C. Curb & Gutter: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing Type "A" P.C.C. curb and gutter per City Standard STD -182-L, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 15 Construct P.C.C. U -Channel: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing P.C.C. U -Channels, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 16 Construct 6" P.C.C. Driveways and Alley Approaches per City Standards: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. driveways and alley approaches per City standards 162-L and 143-L and all other work items required for performing the work complete and in place. Contractor shall coordinate work with any impacted residents to provide acceptable access to the property. Work may require phased construction. Item No. 17 Construct P.C.C. Access Ramp with Retaining Curbs and Truncated Domes: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing existing improvements, grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. Curb Access Ramp and retaining curb (if required), per plan, complete with raised truncated domes. Truncated domes shall be dark grey colored and shall be "Terrapaving" as manufactured by Wausau Tile Inc. (715) 359-3121. All other work items as required per City Standard STD -181-L to complete the work in place. Truncated domes shall be cast -in-place. Item No. 18 Construct Full Depth (9") Asphalt Concrete Pavement: Work under this item shall include constructing 9 -inch minimum thickness asphalt pavement and all other work items as required to create a smooth roadway surface and complete the work in place, including subgrade compaction. Item No. 19 - Automatic irrigation System: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials, for excavating; backfilling; furnishing and sleeve installation, pressure and non -pressure piping, control, quick coupler and shut-off valves, valve box assemblies, master valve, control wires, flow sensor including signal cable within sleeve, controller modification with security enclosure„ pop-up sprinklers and drip emitter systems, appurtenances; modification of existing equipment to accommodate irrigation system; removing and repairing damaged pavement and surfaces; and all other items as required to complete the work in place. Page 18 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 Item No. 20 Import Topsoil for Medians, Planters, and Bulb -Outs: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for delivering and installing topsoil, and all other work items as required to complete the work in place. Item No. 21 Soil Preparation and Fine Grading: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing and rototilling soil with amendments to a depth of 6", or as noted on plans, and fine grading and all other work items as required to complete the work in place. Item No. 22 Weed Abatement: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for two (2) cycles of weed abatement and all other work items as required to complete the work in place. Item No. 23 Install Wood Mulch — 3 -Inch Depth: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing, transporting, delivering, storing, placing three-inch (3") thick wood mulch, appurtenances, and other items as required to complete the work in place. Item No. 24 Install Seashell Mulch — 3 -Inch Depth: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing, transporting, delivering, storing, placing three-inch (3") thick seashell mulch, appurtenances, and other items as required to complete the work in place. Item No. 25 Install Shrub - 15 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 15 gallon size shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 26 Install Shrub - 5 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 5 gallon size shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 27 Install Shrub - 1 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 1 gallon size shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 28 Install Vine - 5 Gallon: Work under this item shall , but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 5 gallon size vines, soil amendments, providing plant photos, and all other items as required to complete the work in place. Page 19 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 Item No. 29 Install Tree — 36 -Inch Box: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 36" box size trees, soil amendments, providing plant photos and all other items as required to complete the work in place. Item No. 30 Install Syagus romanzoffiana/Queen Palm (20 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "Queen Palms", 20 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 31 Install Syagus romanzoffiana/Queen Palm (25 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "Queen Palms", 25 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 32 Install Phoenix dactylifera/Date Palm (25 BTH): Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for transporting, furnishing, storing, and installing Phoenix dactylifera "Date Palms", variety Madjool, 25 feet of Brown Trunk Height (BTH) soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 33 Install Washingtonia filifera/California Fan Palm (15 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "California Fan Palms", 15 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 34 Install Washingtonia filifera/California Fan Palm (18 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "California Fan Palms", 18 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 35 Install Washingtonia filifera/California Fan Palm (20 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "California Fan Palms", 20 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 36 Relocate existing Washingtonia Robusta/Washintonia Palm (50+ BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, excavating, removing, transporting, relocating , storing and installing Washingtonia Robusta/Washintonia", soil amendments, restoring surface, and all other items as required to complete the work in place. Page 20 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 Item No. 37 Install Structural Soil: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for excavating and removing existing soil and placing and compacting structural soil to the limits and depths as noted on plans, and all other work items as required to complete the work in place. Item No. 38 Provide Ninety (90) Day Landscape Maintenance Phase: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for manpower, fertilizers, irrigation system inspection and operation, plant materials, supervision, attending maintenance site visits, and all other items necessary to establish and maintain the landscaping and surrounding area for the entire maintenance period. Item No. 39 Construct 4" Thick P.C.C. (Natural Grey) Sidewalk: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, furnishing and installing fill material as needed, subgrade compaction, constructing 4 -inch thick P.C.C. sidewalk, adjusting utility boxes to grade, making repairs for damage done to private property including, but not limited to sod, decorative pavement, planters, ornaments, irrigation and plants, and all other work items required for performing the work complete and in place. Item No. 40 Construct Integral -Color Concrete Flatwork with Retarder Finish: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade compaction, furnishing, installing and compacting base course, constructing integral -color concrete flatwork with retarder finish, adjusting utility boxes to grade, making repairs for damage done to private property including, but not limited to sod and all other work items required for performing the work complete and in place. Item No. 41 Construct P.C.C. Decorative Crosswalk: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, furnishing and installing fill material as needed, subgrade compaction, constructing P.C.C. decorative crosswalks and all other work items required for performing the work complete and in place. Contractor shall coordinate work with the traffic control plans. Traffic operations shall be maintained at all times. Decorative crosswalks will be require phased construction. Item No. 42 Construct Concrete Unit Pavers: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, furnishing and installing fill, bedding, base, joint, geotextile, and grout material as needed, subgrade compaction, constructing concrete unit pavers, adjusting utility boxes to grade, making repairs for damage done to private property including, but not limited to sod, decorative pavement, planters, ornaments, irrigation and plants, and all other work items required for performing the work complete and in place. Item No. 43 Construct Concrete Mow Curb: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. mow curb, making repairs for damage done to private Page 21 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 property including, but not limited to sod, planters, irrigation and plants, and all other work items required for performing the work complete and in place. Item No. 44 Furnish and Install Cast Iron Tree Grate (2.5'x5') and Steel Angle Frame: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for modifying adjacent improvements to accommodate improvements; furnishing and installing tree grate and frame; restoring affected improvements; and all other work items required for performing the work complete and in place. Item No. 45 Furnish and Install Cast Iron Tree Grate (3'x6') and Steel Angle Frame: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for modifying adjacent improvements to accommodate improvements; furnishing and installing tree grate and frame; restoring affected improvements; and all other work items required for performing the work complete and in place. Item No. 46 Furnish and Install Greenscreen: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for sawcutting, removing, and disposing existing improvements to accommodate work under this payment item, installing, transporting, delivering, storing, placing, Greenscreen and footing, and all other work as required to complete the work in place. Item No. 47 Furnish and Install Neighborhood Entry Monuments: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing existing improvements to accommodate work under this payment item, acquiring and installing Neighborhood Entry Monuments and all other work items as required to complete the work in place. Item No. 48 Furnish and Install Dock Gateway Monuments: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing existing improvements to accommodate work under this payment item, acquiring and installing Dock Gateway Monuments and all other work items as required to complete the work in place. Item No. 49 Furnish and Install Trash Enclosure: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing existing improvements to accommodate work under this payment item, acquiring and installing trash enclosure and all other work items as required to complete the work in place. Item No. 50 Furnish and Install Trash Receptacles: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing the site to accommodate work under this payment item, disposing of existing trash bins, acquiring and installing trash receptacles and all other work items as required to complete the work in place. Page 22 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 Item No. 51 Furnish and Install Decorative Benches: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removal of benches, relocating donation plaque and reinstalling on new benches, preparing the site to accommodate work under this payment item, furnishing and installing decorative benches and all other work items required for performing the work complete and in place. Item No. 52 Furnish and Install Decorative Bollards: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing the site to accommodate work under this payment item, furnishing and installing bollards and all other work items required for performing the work complete and in place. Item No. 53 Install Grate Inlet Catch Basin: Work under this item shall include constructing Grate Inlet Drain Boxes per the plans and details including, but not limited to, removing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, drain box structures, grates, frames and adaptors, potholing all existing utilities, connections to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. 54 Install 10 -inch PVC, SDR -35 Storm Drain Pipe: Work under this item shall include installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control . of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Item No. 55 Connect to Existing Junction Structure or Catch Basin: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing existing improvements, trenching, furnishing and installing bedding and backfill material as needed, compacting and constructing storm drain connection to existing junction structure, per Standard Plans for Public Works Construction (SPPWC) std. plan no. 335-1, Case 1, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Item No. 56 Connect to RCP storm drain: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing existing improvements, trenching, furnishing and installing bedding and backfill material as needed, compaction and constructing storm drain connection to existing junction structure, per Standard Plans for Public Works Construction (SPPWC) std. plan no. Page 23 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No.2 335-1, Case 2, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Item No. 57 Install Infiltration French Drains: Work under this item shall include constructing French Drain atrium grate inlets with Gravel Bottoms per the plans and details including, but not limited to, removing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, installing gravel, drain box structures, grates, frames and adaptors, potholing all existing utilities, connections to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. 58 Remove Existing Catch Basin and Portion of Storm Drain Lateral: Work under this item shall include removing catch basins and interfering portion of lateral storm drain pipe per the plans and details including, but not limited to, removing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, installing gravel, plugging existing storm drain pipes with concrete bulkheads, temporary and permanent support of utilities, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Existing lateral pipe shall be connected to new grate inlet catch basin as shown on the plans. Item No. 59 Adjust Manhole to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting the existing City manholes to finished grade in accordance with City STD -111-L; removing old manhole ring and cover and return to City, and installation of new ring and cover per CNB STD. 111-L, including but not limited to, pavement removal, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, pavement restoration, and shall include furnishing all labor, tools, equipment and materials necessary to adjust the manhole to grade complete and in place Item No. 60 Adjust Pullboxes and Meter Boxes to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting the existing City owned meter boxes, and utility company owned pullboxes to grade, controlling ground and surface water, backfilling, compacting, disposing of excess material, restoring pavement, and all other work items as required to complete the work in place. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, AT&T and cable television facilities to the finish grade with the appropriate utility company. Item No. 61 Adjust Water Valves and Sewer Cleanouts to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting the existing City valve boxes and covers to finished grade in accordance with Page 24 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 City STD -511-L, restoring pavement, and all other work items as required to complete the work in place. Item No. 62 Removing Existing and Installing New Fire Hydrant Assembly: Work under this item shall include removing existing fire hydrant, lateral and valve, capping existing lateral at the water main, and installing a new fire hydrant assembly at a new location in accordance with City of Newport Beach STD -500-L, including but not limited to fire hydrant, fire hydrant bury, valve, valve box and cast Iron traffic cover, valve extension, concrete thrust blocks, controlling ground and surface water, excavating, backfilling, compacting, disposing of excess material, restoring pavement, and all other work items as required to complete the work in place. Item No. 63 Relocate Existing Pullbox and Underground Conduits: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for relocating existing utility company owned pullbox and underground conduits, controlling ground and surface water, backfilling, compacting, disposing of excess material, restoring pavement, and all other work items as required to complete the work in place. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, AT&T and cable television facilities to the finish grade with the appropriate utility company. Item No. 64 Traffic Signal Modification —Balboa Blvd. 15th St.: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials required to modify the traffic signal at the 15th Street/W. Balboa Boulevard intersection per the Plans, Special Provisions, Supplemental, and Contract documents. Item No. 65 Temporary Traffic Signal Operation — Balboa Blvd./15th St.: Work under this item shall include, but not limited to, the cost of all labor, equipment, and material for temporary relocation of traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the 15th Street/W. Balboa Boulevard intersection, including pedestrian and bike push buttons per the Plans, Special Provisions, Supplements, and Contract documents. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location, Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and shall be approved by the Engineer. Should other methods be approved and that convenience the Contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 66 Signing, Striping, Pavement Markings and Pavement Markers — The contract lump sum price paid for SIGNING, STRIPING, PAVEMENT MARKINGS AND PAVEMENT MARKERS shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including preparing public/private property signing and striping plans, installation of public/private property signing, striping and markings, painting of public/private property curbs, installation of signing, striping and Page 25 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 markings, installation of pavement markers and for doing all the work involved in signing, striping, pavement markings and pavement markers, complete in place, as shown on the Contract Drawings, as specified in the Reference Standards, specified in Special Provisions, and as directed by the Engineer. Item No. 67 Sawcut and Remove Existing Ramp, Sidewalk and Curbs and Construct New Accessible Curb Ramp with Retaining Curbs and Truncated Domes: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting and removing existing improvements including ramps, sidewalk, and truncated domes, and grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. Curb Access Ramp and retaining curb (if required), per plan, complete with raised truncated domes. Truncated domes shall be dark grey colored and shall be "Terrapaving" as manufactured by Wausau Tile Inc. (715) 359-3121. All other work items as required per City Standard STD -181-L to complete the work in place. Truncated domes shall be cast -in-place. Existing light poles, above ground vaults, power poles and bollards shall be protected in place unless otherwise noted. Existing pullboxes, valves, meters, manholes shall be adjusted to grade where necessary. Item No. 68 Sawcut and Remove Existing Improvements and Install Truncated Domes: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting and removing existing portion of ramp where indicated, and grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. slab base complete with raised truncated domes flush with existing P.C.C. pavement and 0" curb. Truncated domes shall be dark grey colored and shall be "Terrapaving" as manufactured by Wausau Tile Inc. (715) 359- 3121_ All other work items as required per City Standard STD -181-L to complete the work in place. Truncated domes shall be cast -in-place. Item No. 69 Construct Pay Station Foundation: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. pay station foundation, making repairs for damage done to private property including, but not limited to sod, planters, irrigation and plants, and all other work items required for performing the work complete and in place. Contractor shall coordinate with pedestal pay station manufacturer to obtain standard mounting pedestal bolt pattern. Item No. 70 Construct Type "131-6" P.C.C. Mountable Curb: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting subgrade, constructing Type "131-6" P.C.C. mountable curb per Standard Plans for Public Works Constructon (SPPWC) Std. Plan 121-2, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Page 26 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 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." 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 and Alternate Class Add to this section: "Portland Cement concrete for construction shall be Class 560-C- 3250 unless otherwise specified on the plans, agency standards or these Special Provisions." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Add to this section: "Reinforcing steel shall be epoxy -coated Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201-2.3 Fiber Reinforcement Add to this section: "Fiber Reinforcement shall be Type III, polypropylene. The percentage quantity of fiber reinforcement shall be determined by mix design engineer to achieve a minimum Modulus of Rupture of 450 psi for the 7 inch thick pavement." 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." Page 27 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures 203-6-4.3 Composition of Grading Add this Section: "Asphalt Concrete for the finish course shall be C2 64-10 for the surface course and B 64-10 for the base course of the roadway section." SECTION 207 - PIPE 207-17 PVC PLASTIC PIPE 207-17.1 General These specifications apply to polyvinyl chloride pipe (PVC) intended to be used for the construction of storm drains. 207-17.3 Joining Systems Add to this section: All storm drain joints shall be sealed with elastomeric gaskets to provide a watertight fit. SECTION 210- PAINT AND PROTECTIVE COATINGS 210-1 PAINT 210-1.1 General Requirements. Add the following: "Paint and Protective Coatings shall conform to the provisions in Section 210, 'Paint and Protective Coatings," of the Standard Specifications, the CALTRANS Standard Plans, May 2006, the 2010 California Manual on Uniform Traffic Control Devices (CMUTCD), and these Special Provisions. Traffic Stripes and Markings shall be as shown on the plans. Paint for traffic striping and pavement markings shall be either rapid dry white conforming to State Specifications 8010-81D-04, or rapid dry yellow conforming to State Specifications 8010-81 D-05, in accordance with the color stipulated on the plans or as directed by the Engineer." 210-1.3 Paint Coats. Add the following: Page 28 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 "Paint shall be applied in two (2) equal thicknesses totaling the minimum required wet film thickness indicated in Subsection 310-5.6.5, "Traffic Stripes and Markings," of the Standard Specifications for Public Works Construction. A minimum period of 14 days shall be allowed between the two applications of striping, or as directed by the Engineer." 210-1.6.5 Reflective Materials. Delete Paragraph 1 and add the following: "Reflective material shall consist of glass beads added to the surface of each coat of paint prior to setting, so that the beads will have proper adhesion. Special care shall be taken with rapid dry paint and thermoplastic material." 211-1 COMPACTION TESTS 211-1.1 Laboratory Maximum Density of the Standard specifications is amended by adding the following: Laboratory maximum density tests shall be performed in accordance with Test Method No. Calif. 216G, Part 11. The correction for oversized material as stated in Test Method No. Calif. 216 shall be replaced with Note 2 of ASTM D1557. 211-1.2 Field Density is amended by adding the following: Field density tests will be arranged by the Contractor during the course of construction at the expense of the Contractor. If field density tests indicate that any portion of the compacted subgrade has density lower than that specified, the Contractor shall rework that portion until the specified density is obtained. Retest of areas which have failed compaction will be performed at the direction of the Engineer at the Contractor's expense. Section 211-1 is hereby amended to add the following: "211-1.4 General. The Contractor shall be responsible for providing arranging for, and providing all compaction tests and reports to the Engineer. Compensation for all tests and reports will be considered under the various items of work, no additional compensation will be allowed therefore." "211-1.7 Agronomic Test. Section 211-1.7 is hereby added to the Standard Specifications as follows: 211-1.7.1 Testing and Report After completion of grading and prior to weed control or soil preparation, the Contractor shall obtain agronomic tests for all planting areas. Obtain one (1) test per street planting area -three (3) tests total. Tests shall be performed by an agronomic soils testing laboratory and shall include a fertility and suitability analysis with written recommendations for soil amendment, fertilizer and chemical conditioner application rates for soil preparation, planting backfill mix, auger hole requirements, hydrospraying, and post maintenance fertilization program. The soils report recommendations shall take precedence over the minimum amendment and fertilizer application rates specified Page 29 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 herein only when they exceed specified minimums." SECTION 214 - PAVEMENT MARKERS 214-4 NONREFLECTIVE 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." PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=1.57 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." Page 30 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No.2 300-1.3.2 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% inch" of the last sentence with the words "two (2) inches". (d) Miscellaneous In addition to the work outlined in Subsection 300-1 of the Standard Specifications, the following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item unless noted on the plans to be protected in place. (1) Maintain dust control at all times by watering; including developing a water supply and furnishing, and placing all water required for work done in the contract, including water used for extra work and water used for irrigation purposes. (2) Provide for traffic control and all signs, barricades, flashers and temporary striping necessary to maintain proper control, in accordance with "WATCH" including maintaining all travel lanes as required. (3) Protection of utilities, trees, fences, walls and other facilities within the construction zone. (4) Mobilization and de -mobilization. (5) Clearing and removal of debris from site of work. (6) Removal of structures, as directed by Engineer to be removed or abandoned. (7) Delay in work necessary to accommodate utility relocations by others. (8) Other items of work as directed in these specifications. Add the following Section 301.5 Solid Waste Diversion 300-1.5 Solid Waste Diversion Non -reinforced clean concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials acceptable for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. Page 31 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No.2 The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. 300-2 - UNCLASSIFIED EXCAVATION. 300-2.6 Surplus Material. Add to this Section: "All surplus material shall be disposed of in a legal manner at the expense of the Contractor." 300-4 UNCLASSIFIED FILL. 300-4.7 Compacting Add to this Section: Consolidation by jetting will only be permitted if approved by the Engineer. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Add to this section: "Existing asphalt concrete pavement shall be removed as shown on the plans and replaced with Type III -C2 -AR -4000 meeting the requirements of Subsection 400-4. At all locations where new asphalt concrete pavement is joining or overlaying existing asphalt pavement, the Contractor shall feather the new pavement to form a smooth transition with the existing pavement. The final or surface layer of asphalt concrete shall not be placed until all on-site improvements have been completed, including all grading. All asphalt concrete pavement removed to accommodate the construction of curb access ramps, curb and gutter, and sidewalk shall be replaced with full depth asphalt concrete, as required below and conforming to the requirements of Subsection 300- 2.1.1 a. Asphalt concrete pavement shall be Type III-C2-AR4000 and shall meet the requirements of Subsection 400-4, "Asphalt Concrete" of the Standard Specifications. The Contractor shall saw cut and remove the asphalt concrete pavement parallel to the centerline of the roadway for the length of the ramp curb and gutter section to be removed for a minimum one (1) foot of width adjacent to the edge of gutter which shall be removed to accommodate the curb and gutter construction. Prior to placing asphalt concrete the subgrade shall be compacted to a minimum of 95% relative compaction. Prior to placing asphalt concrete the Contractor shall remove all debris, dirt, and gravel from the existing surface and a "tack coat" of grade SS -1 H emulsified asphalt conforming to the provision in Subsection 203-3 "Emulsified Asphalt" of the Standard Page 32 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No.2 Specifications shall be uniformly applied to all existing pavement surfaces and contact surface edges. All water used for saw cutting and saw cut material shall be vacuumed and removed to comply with Section 00766 of the Special Conditions (Section 9. Water Pollution Control) and such water and material shall not be allowed to enter into any drainage system. No stockpiled materials or equipment shall be allowed to remain on any public right-of- way overnight. All unsuitable and surplus material shall become the property of the Contractor and shall be removed from the project site by the Contractor on a daily basis. Full depth AC pavement shall be constructed in layers not to exceed four (4) inches in compacted thickness. When more than one layer course is required, the layers shall be of equal thickness. The following shall apply to spreading: 1. Each layer shall be spread to deposit a uniform layer. 2. The minimum temperature of asphalt concrete for initial or breakdown compaction shall be 225° F at the site. 3. Initial or breakdown compaction shall be performed with the equivalent of a roller weighing 12 tons. 4. The initial or breakdown compaction shall be followed by spreading additional material to level irregularities and provide a uniform surface for subsequent layers. Additional compaction shall proceed with equipment while the temperature of the asphalt is above 180° F. 5. The remaining layers of asphalt concrete shall not be spread when the underlying layer is 150° F or greater. Prior to placement of the final asphalt layer, the Engineer, or designee, will evaluate the area for suitability of placement. As specified in the curb access ramp City of Newport Beach standard plan STD -181 -L-A, the maximum slope within four (4) feet of the bottom of the ramp shall not exceed 5%. All costs to the Contractor for furnishing all labor, materials, tools, equipment and completing all work involved in asphalt concrete removal and replacement as specified in these Special Provisions, and as directed by the Engineer, including saw cutting, excavating, loading, disposing, stockpiling, and hauling to final destination shall be included in the contract unit price bid for Constructing Asphalt Concrete Pavement and no additional compensation will be allowed." Add to this section: "All cracks %-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (e.g. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1-%2 inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and Page 33 15`h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 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 per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.6 Curing Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201- 1.1-2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." 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." 303-5.4 Joints 303-5.4.1 General Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the length of the alley being reconstructed. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." Page 34 15" STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 303-5.5 Finishing 303-5.5.1 General Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SEE APPENDIX `A' FOR TECHNICAL SPECIFICATIONS SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION SEE APPENDIX `B' FOR TECHNICAL SPECIFICATIONS SECTION 310 - PAINTING SECTION 309 — MONUMENTS Add the following to Section 309: 309-5. Centerline ties shall be tied out and reset in accordance with Section 8771 (Land Surveyors Act) of the Business and Professions Code of the State of California and the Corner Records shall be filed with the Orange County Surveyor as well as the City's Survey Section. Measurement and Payment. Payment for tying out and resetting centerline ties shall be included in the contract price bid for Project Surveying and Monumentation and no additional compensation will be allowed therefore." Page 35 15"' STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings, restore pavement, prior to re - striping by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be reflectorized thermoplastic. The 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 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the Page 36 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 2 City. In areas where striping is to be removed by grinding, pavement shall be restored to match the existing finished grade. 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 Amend 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." SECTION 313 - SIGNAGE SEE APPENDIX `A' FOR TECHNICAL SPECIFICATIONS Page 37 Page: 1 of 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Q SEW PO O lc� n ADDENDUM NO. 3 15th STREET/BALBOA BOULEVARD REVITALIZATION CONTRACT NO. 6341 DATE: INNS' BY:0140N4l.-I City E gineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. A. GENERAL 1. The contract number on all documents related to this project shall be changed from C-5541 to C-6341. B.PROPOSAL 1. Replace "Proposal' in its entirety, with "Proposal (11/17/2015)." C. PLANS 1. Replace Sheet 3 of 53 with Sheet 3 of 53 Addendum 3. 2. Replace Sheet 13 of 53 with Sheet 13 of 53 Addendum 3. 3. Replace Sheet 14 of 53 with Sheet 14 of 53 Addendum 3. 4. Replace Sheet 15 of 53 with Sheet 15 of 53 Addendum 3. 5. Replace Sheet 16 of 53 with Sheet 16 of 53 Addendum 3. 6. Replace Sheet 17 of 53 with Sheet 17 of 53 Addendum 3. 7. Replace Sheet 18 of 53 with Sheet 18 of 53 Addendum 3. i:\users\pbw\shared\contracts\fy15-16 current projects\200 - streets and drainage\c-6341 15th street and balboa boulevard revitalization 15r11\bid items\addendum 3\addendum - no.3.doc Page: 2 of 7 8. Replace Sheet 19 of 53 with Sheet 19 of 53 Addendum 3. 9. Replace Sheet 20 of 53 with Sheet 20 of 53 Addendum 3. 10. Replace Sheet 24 of 53 with Sheet 24 of 53 Addendum 3. D. SPECIFICATIONS 1. Replace Special Provisions Pages 1 through 37, with Special Provisions Addendum No. 3 Pages 1 through 38. Please note added payment items under Section 9. 2. Replace Section 32 1312 -Site Furnishings in its entirety, with Section 32 1312 -Site Furnishings (November 17, 2015 — ADDENDUM 3). 3. Replace Section 32 1315 -Concrete Paving with Exposed Specialty Aggregate in its entirety, with Section 32 1315 -Concrete Paving with Exposed Specialty Aggregate (November 17, 2015 — ADDENDUM 3). 4. Replace Section 32 14 1319 -Permeable Interlocking Concrete Pavement in its entirety, with Section 32 14 1319 -Permeable Interlocking Concrete Pavement (November 17, 2015 —ADDENDUM 3). E. REQUEST FOR INFORMATION Nobest: RFI dated 11/12115 Item 1: Is the driveway & alley approaches on I e Street regular color? The driveway & alley approaches on 15th street are Integral Colored Concrete, Mesa Beige, with a light sandblast finish as specified in Paving Finish Schedule, Paving Type A. Item 2 1 don't' see a bid item for the slurry barrier @ median Added item 71 to bid schedule and measurement and payment Section 9 of Special Provisions Item 3: Do you have a recommended manufacturer & name of the fibermesh required? The finish with the fibermesh is going to be rough looking. Recommended manufactures & names (or equal) are listed in specification 32 1314 -Concrete Paving, 2.4 Reinforcement, B. Item 4: Where do you get paid for the excavation for the structural soil? (830 cy's) The cost of the excavation is included in the cost of the structural soil installation (Bid Item 37) as described in Section 9-Measurment and Pavement item number Nobest: RFI dated 11/16115 Item 1: 1 do not see a bid item for relocate water service. i:lusers1pbwlsharedlcontractslfyl5-16 current projectskKD -streets and drafnagelc-8341 15th street and Balboa boulevard revitalization 15r111bid itemsladdendum 3laddendum - no.3.doc Page: 3 of 7 Please remove Construction Note #24 from Sheet 7 of 53, related to relocation of water meter and service. Please refer Sheet S of 53 for relocation of pull box at this location. Nobest: RFI dated 11/17/15 Item /: Are there are required permits for dewatering? is there any costs related to the permits? Required permits depends on means and methods presented by the Contractor. If appropriate, the City may allow operations under existing permits. Nobest: RFI dated 11/17/15 Item 1: Is there going to be dewatering required for the structural soil (4' depth)? Dewatering greatly depends on tidal conditions. It is recommended that contractor schedule work around tidal conditions as much as possible to avoid excessive dewatering work. Nobest: RFI dated 11117/15 Item 1: Is the structural soil required for all trees? if so, is there a possibility you will have to dewater for all trees? Structural soil is only at those trees which are in the medians and installed in a tree grate. Dewatering greatly depends on tidal conditions. It is recommended that contractor schedule work around tidal conditions as much as possible to avoid excessive dewatering work. Cal -Stripe: RFI dated 11/13/15 Item 1: 1 was wondering what material is required to be used when restoring the existing markings and or stripe? In addition, will the parking lot be installed in thermoplastic materials as well? Lastly, when restoring the existing striping or markings, will we need to apply the primer to the existing stripe or marking? Parking stall markings/striping will be in paint. Crosswalk and travel lanes markings/striping will be thermoplastic. No primer will be needed on unsealed surfaces. Los Angeles Engineering: RFI dated 11/12/15 i:\users\pbvAshared\contracts\fyl5-16 current projects\200 -streets and drainage\c-6341 15th street and balboa boulevard revitalization 15rl l\bid items\addendum 3\addendum - no.3.doc Page: 4 of T Item 1: Detail 2 and 3 on sheet 3 of 53 show a 24" over excavation under the curbs. Does all of the hardscape include PCC pavement, ac pavement and sidewalks get over excavated 24"? No. Item 2: In appendix B part 3.9 A states that the landscape maintenance period is for 365 days, while bid item 38 is for a 90 day period. Which is correct, a 365 day maintenance period or a 90 maintenance period? Landscape establishment & maintenance period is for 90 calendar days. Item 3: Section 4-9.3.4 states the contractor shall provide testing as specified in various sections of the specifications. Does this mean the contract is responsible for all testing including compaction test, concrete cylinders, etc. ? Please clarify what testing the contractor is responsible for. City will .provide the general compaction testing, pavement, etc. Contractor may be required to provide landscape -related testing. Item 4: Can 15th street be closed for the duration of the project? M GMC Engineering Inc. RFI #1, dated 11/12/15 Proposal: Item 1: Proposal Bid Item List T- pg. PR 8 of 13 Item #41 Construct PCC Decorative Pavement The quantity and unit reads: Lump Sum However, in words this item is listed as per square foot. Please clarify if the City would like this portion of the work to bid as Lump Sum or per Square Foot. Corrected unit at bottom of description of item No. 41 to Lump Sum. Plans: Item 1: Roadway Improvement Plans Sheet 3 of 53 by Psomas The typical section for W. Balboa Blvd. from 21St Street to 12th Street, and detail 2&3 indicate: "Remove existing pavement, subgrade and recompact with 24" engineered fill (90% min) over suitable compacted native" A) There is no specific Bid Item for engineered fill, nor any mention in the Specifications of what type of engineered fill is required. B) There is no specific Bid Item for Slurry Barrier @ Median STA 73+04 to STA 81+04, per Construction Note 21 on Plan Sheet 4. i:lusers1pbwlsharedtcontracts1fy15-16 current projects1200 - streets and drainagelc-6341 15th street and balboa boulevard revitalization 15r111bid itemsladdendum 3laddendum - no.3.doc Page: 5 of 7 Revised details 2 and 3 and W. Balboa Blvd. typical section, added note stating engineering fill can be existing soil provided it has been cleansed of organics and other unsuitable material — this work shall be included in the bid items for which the subgrade is prepared. Added bid item and measurement and payment item for slurry barrier in Proposal and Specifications. Item 2: Hardscape Plan Sheet 14+20 by Rabben/Herman The Construction Call -Outs Legend indicates the limits of structural soil per detail J — Median Tree Planting & Irrigation on sheet 52, with Legend Note #12 — Structural Soil at 48" deep. Our understanding is that this will be compensated per Bid Item #37. There is a conflict between the Civil Plans and the Landscaping Plans (Engineered Fill vs Structural Soil for medians). Please Clarify. Areas that will receive Structural Soil will not have to receive (are exempt from) the 24" engineered fill. item 3: Revitalization Roadway Improvement Plan, Sheet 13-18 by Rabben/Herman The Paving Finish Schedule Table, Paving Type B — Lithocrete Concrete Paving at the 15th Street Crosswalks with comments: Match Shaw & Sons Sample Please clarify: do we need to match the sample by Shawn & Sons as per the comments, or can we ONLY use Lithocrete Concrete Paving, which can only be performed by Shaw & Sons? Contractor needs to only match the Shaw & Sons sample. The Paving Finish Schedule on the hardscape plans have been revised to omit reference made to Lithocrete. Please refer to addendum 3 set of drawings. Item 4: Revitalization Roadway Improvement Plan, Sheet 13 by Rabben/Herman The Site Furniture Schedule indicates Cordia Bench should be Model #SBCOR-72BW. However, in the Specifications, Appendix B, Part 2 — Products specifies Model #SBCOR-72BA. Please advise. Bench model number in Specification 12 9300 -Site Furnishings has been corrected to read SBCOR-72BW and is now consistent with model number noted on Furniture Schedule. GMC Engineering Inc. RFI #2 dated 11/13/15 i:\userslpbwlshared\contracts\fy15-16 current projects1260 - streets and drainage\c-6341 15th street and balboa boulevard revitalization 15r111bid itemsladdendum 3\addendum - no.3.doc Page: 6 of 7 Item 1: What is the existing AC Paving and PCC Paving structural sections for 95th Street, including the Balboa Ave intersection? Contractor shall assume 8" AC over compacted native, and 8" PCC over compacted native for the existing pavement sections in 15th Street. item 2: Median Improvements per the Hardscape Plans (Sheets 14-26): Const. Note U indicates to project existing light poles in place. It appears that the existing street light conduit runs underneath the existing medians. However, the majority of the median improvements involve working with a 3' wide area between curbs and includes removing existing median paving/hardscape, excavating for concrete pavers section (+/- 19 and for the Structural Soil Section (+/- 49, placing Structural Soil and compacting to 95% (is this correct!}; and installing 36" Box Trees. Can you please confirm whether the existing street light conduit is under the existing median? if so are we supposed to protect it in place? To do all of these proposed improvements within a narrow median without damaging the conduit seems unrealistic. Please confirm/clarify. Contractor to protect in place existing electrical conduits and lines or replace in kind where electrical conduits and lines can't be protected in place. Item 3: Please clarify the UNIT of measure for the following Bid Item Discrepancies. a) Bid item #6: CY vs. Lump Sum b) Bid item #21: Lump Sum vs. Square Foot c) Bid item #22: Lump Sum vs. Square Foot d) Bid item #24: CY vs. Square Foot e) Bid item #41: Lump Sum vs. Square Foot (See RFI #1) f) Bid item #70: LF vs. Each Corrected units at bottom of descriptions in the Proposal as follows: a) Bid item #6 corrected to Per Cubic Yard b) Bid item #21 corrected to Lump Sum c) Bid item #22 corrected to Lump Sum d) Bid item #24 corrected to Cubic Yard e) Bid item #41 corrected to Per Lump Sum f) Bid item #70 corrected to Per Linear Foot GMC Engineering Inc. RFI #3 dated 11116/15 Item 1: Bid Item #24 — Install Seashell Mulch: please provide a source for this material. i;luserslpbwlsharedlcontractslfyl5-16 current projects1200 - streets and drainagelc-6341 15th street and balboa boulevard revitalization 15011bld itemsladdendum 3laddendum - no.3.doc Page: 7 of 7 Source is identified in specification 32 9300 Trees, Shrubs, Vines and Groundcover. Part 2 -Products, 2.10, C: Sea Shell Mulch, Coastal Double Washed Shell, from Carroll's Building Materials, (727) 822-3370 or approved equal. Item 2: Bid Item #57— Install Infiltration French Drains: Const. Note #15 on the Civil Plans calls out to construct French Drain per Detail on Sheet 3; Legend Note #9 on Detail J on Plan Sheet 52 calls out for similar type drain pipes at the median trees. Please clarify whether median tree drains are to be included in the quantity for Bid Item #57. If not, which bid item would these drains be included? Median tree drains (tree sumps) are not to be included in the quantity for Bid Item #57. New bid item has been added to include median tree drains: Bid Item #72 - Tree Sumps at Tree Grates. Item 3: The irrigation symbol shown at the median tree wells (grates) on the Irrigation Plans does not appear to match anything on the Irrigation Equipment Legend on Plan Sheet 24. Please clarify or provide the missing info. Tree symbol and related irrigation specification components represent a drip irrigation arrangement for trees installed within structural soil areas. The symbol and description has been added to the Equipment Legend on sheet 24. Bidders must sign this Addendum No. 3 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 3 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. GMC Engineering, Inc. Bidder's Name (Please Print) 11/19/2015 Date Z' ,President Authorized Signature & Title Gennady Chizhik i:lusers1pbwlsharedlcontractslfy15-16 current projects1200 -streets and drainagelc-6341 15th street and balboa boulevard revitalization 15r111bid itemsladdendum 3laddendum - no.3.doc 151'' STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 15th STREET AND BALBOA BOULEVARD REVITALIZATION CONTRACT NO. C-6341 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 -6061-S); (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 (Latest Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 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." 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of distributing construction notices to existing businesses and residents; construction surveying; removing existing sidewalk, curb and gutter, driveways, asphalt and concrete pavement, fencing, walls, striping, landscape material, and other improvements; clearing and grubbing; constructing new asphalt and concrete improvements; constructing underground storm drain, junction structures, grate inlet catch basins, and french drains including dewatering; installing traffic signals, underground conduits, signing and striping; constructing installing new irrigation system, landscaping, trees, Page 1 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 decorative paving, and architectural features, plant maintenance, and other incidental items of work. Contractor shall coordinate all work with the traffic control plans." 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 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, property corner monuments and benchmarks 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 and 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 Psomas and can be contacted at (714) 751-7373. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work." SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 Page 2 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No.3 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 Add Section 4-1.3.4 Inspection and Testing 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Contractor 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 31d 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 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. Add Section 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the `Notice to Proceed. 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Page 4 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 6-7 TIME OF COMPLETION 6-7.1 General Add to this section: "The Contractor shall complete all work under the Contract within 110 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days Revise 3) to read: "any City holiday, defined as January 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 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31St (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." Contractor shall also accommodate any City -approved special events, including, but not limited to the Newport Beach Christmas Boat Parade from December 16 through December 20, 2015. Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Normal working hours are limited to 7:30a.m. to 4:30 p.m. Monday through Friday. All work requiring the closure of vehicular travel lane(s) shall take place between 8:00 a.m. and 4:00 p.m. only. No work shall occur by the elementary school (between 12th and 15th Streets on W. Balboa Blvd) during pick up and drop off times, which occur between 8:30 a.m. and 9:30 a.m., and 2:30 p.m. to 3:30 p.m. on school days. Lane closures shall occur between 9:00 AM and 3:00 PM Monday through Friday, and traffic signal outages shall occur between 9:00 AM and 3:00 PM on Monday through Thursday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Page 5 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1000.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." 6-11 SEQUENCE OF CONSTRUCTION The Contractor shall prepare a construction phasing schedule for submittal to the City for review and approval. The construction phasing schedule shall be approved by the City prior to starting construction activities. The construction phasing shall address issues such as traffic circulation and flow, emergency vehicle access, resident access, City events, and parking restrictions. The construction phasing shall be revised, as needed without additional cost, to the satisfaction of the City. Contractor shall not assume approval will be granted for extended distances or duration closures. 6-12 CONSTRUCTION COORDINATION The Contractor shall coordinate construction with the City and the contractors on other City projects, including the Newport Boulevard water main replacement project, which coincides with this project on W. Balboa Boulevard between 18th and 21 st Streets. 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 $90 monthly Page 6 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 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". 7-5 PERMITS Add to this section the following: The Contractor shall obtain and pay for all costs incurred for permits necessary for the work and the associated operations such as, but not limited to utility and/or encroachment permits, those permits required for traffic control, night work, overload, and demolition. The Contractor shall pay all business taxes and license fees that are required for this work. 7-7 COOPERATION AND COLLATERAL WORK Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011." 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets Page 7 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 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 http://www.newportbeachca.qov/government/departments/public- works and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at http://www.newportbeachca.gov/qovernment/departments/public-works/ocean-water- ug ality " 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 Page 8 151'' STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 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." 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Storm Water Pollution Prevention Plan (SWPPP). Section 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP). Delete it in entirety and replace with the following: The Contractor shall prepare and submit per 2-5.3 a storm water pollution prevention plan. The SWPPP shall conform to the requirements of the State Water Resource Control Board and the Regional Water Quality Control Board (Santa Ana Region 8), and the requirements of the Construction General Permit Order 2009-0009-DWQ. Prior to the Contractor commencing work, the Contractor shall develop a SWPPP to reflect his actual construction activity, practices, and progress of work to conform to the requirements of the Storm Water Permit. The contractor shall also coordinate with the City of Newport Beach to file a Notice of Intent, Risk Level Calculations, SWPPP and other Permit Registration Documents onto the State Water Boards Storm Water Multiple Applicatons and Report Tracking System (SMARTS) website to obtain a waste discharge ID number. The SWPPP report shall be prepared by a Qualified SWPPP Developer registered with the State of California. Modifications to the SWPPP, other than the SWPPP Map (Erosion Control Plan) shall be stamped and signed by a project Qualified SWPPP Developer (QSP) as indicated in the SWPPP. The CONTRACTOR shall retain a QSP to implement, maintain, and amend the SWPPP during construction to reflect actual construction practices. Modifications to the SWPPP Map (Erosion Control Plan) shall be made by the Contractor to reflect actual BMPs used. This plan should be updated at least weekly with the dates noted as the field conditions change. The placement or use of BMPs not shown on the existing plans shall be reviewed and approved by a representative from the City. A copy or photo of the plan shall be taken to maintain a progress record. The SWPPP must be amended from time to time during the course of work by the QSP to reflect actual construction progress and construction practices. A living copy of the SWPPP shall be maintained at the construction site at all times. The modifications contained in Resolution No. 2001-046 include requirements for the SWPPP to identify a sampling and analysis strategy (and schedule depending on the location of the construction activity). Monitoring, including sampling and analysis may also be required. It will be the CONTRACTOR's responsibility to develop a strategy and monitoring program that will address the pollution potential of materials that are brought to the site for the use in completion of the proposed improvements. The CONTRACTOR shall be responsible for providing all reports required by the Construction General Permit and the SWPPP including monitoring, inspection, testing, Rain Event Action Plans (REAPS), and annual reports to the City for review. Time sensitive reports involving monitoring data shall be provided as soon as the information 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 is available. All other reports shall be provided to the City a minimum of two weeks prior to their deadline for submittal to the SWRCB through SMARTS. The SWPPP document shall not be construed to be a waiver of the Contractor's obligation to review and understand the State General Construction Activity Storm Water Permit before submitting a bid. By submitting a bid, the CONTRACTOR acknowledges that he has read and understands the requirements of the State General Construction Activity Storm Water Permit Order No. 2009-009-DWQ. The CONTRACTOR shall fulfill the requirements of the permit by including BMPs to eliminate and/or minimize storm water pollution prior to, and during, construction. A monitoring and reporting component of the plan shall be enforced to ensure the construction activities are in compliance with the plan. To ensure no pollutant discharge occurs, the project proponent will implement BMPs to the maximum extent practicable. Minimum performance standards to be met are noted in the project SWPPP. No unauthorized discharges of pollutants (including sediment) are allowed from the site. Only clear water discharges are allowed. Changes to the SWPPP shall be submitted a minimum of ten days prior to the start of construction for review by the City. No work shall commence prior to the review by the City is complete. Payment. All costs to the Contractor for conforming to the requirements of this subsection shall be considered as included in the contract lump sum price bid for SWPPP Implementation & Monitoring, unless noted in separate bid items and shall include full compensation for labor, materials, and equipment to perform the work in compliance with the SWPPP including implementing BMPs, and retaining a QSP for testing, reporting preparation, and submittal. 7-8.6.4 Dewatering Add to this section: "The Contractor shall remove and dispose of water currently existing at the construction site or enters the construction site during the construction period. Any groundwater, tidal fluctuations, or surface water that may be encountered shall be controlled and removed by method of the Contractor's choice subject to the requirements of the California Regional Water Quality Control Board. Contractor shall submit a dewatering plan to the Engineer for review and approval prior to the start of the dewatering operations for the project, The review and approval by the Engineer in no way alleviates the Contractor for, or implies that the City accepts in any way, liability and responsibility for the dewatering plan. Full compensation for DEWATERING shall be paid for at the Contract Unit price per LUMP SUM and shall include full compensation for furnishing all labor, tools, materials, equipment, and incidentals and for doing all the work involved in DEWATERING complete in place, conforming to the requirements herein, and as directed by the Page 10 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 Engineer." 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 shall be pinned and recessed flush with existing pavement surface." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Add to this section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3) 7-10.3 Street Closures, Detours and Barricades Add to this section: "The Contractor shall submit to the Engineer - at least ten (10) working days prior to the pre -construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. Page 11 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. Type II barricades shall be located at the beginning and end of each individual closed sidewalk area from time of removal until placement of backfill and final cure of the sidewalk. 6. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work. Lane closure shall be limited to one lane in each direction, 2 blocks at a time, except between 12th and 15th Streets on W. Balboa Boulevard, lane closures shall occur one block at a time. 7. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as lost street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 8. 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. 9. 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 10. 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. Page 12 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 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 Properties 7-10.6 Notices to Properties Ten working days prior to starting work, the Contractor shall deliver a construction notice to properties within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction in a designated area, the Contractor shall distribute to the properties 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 7-10.7 Street Sweeping Signs and Parking Meters Page 13 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 7-10.7 Street Sweeping Signs and Parking Meters After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor may be required to cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, depending on the extent of the Contractor -prepared construction phasing schedule and traffic control plans. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete in a segment and is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. Add the following Section 7-10.8 Disposition of Mail Boxes 7.10.8 Disposition of Mail Boxes. "The Contractor shall coordinate the removal of any mail collector boxes with the Engineer and the U.S. Postal Service." 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 a California Contractor "A" License. All landscape and irrigation related work items will require a "C-27" License, both of which may be held by either the General Contractor or his subcontractor. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have completed at least two (2) traffic signal systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCTV cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 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. Page 14 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No.3 Add the following Section 7-16 Contractor's Records/As-built Drawings: 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 and Demobilization: Work under this item shall include, but not be limited to, providing bonds, insurance and financing, establishing a material and equipment storage location, preparing and implementing BMP Plan, construction surveying, providing submittals, construction schedule, and all required reporting documentations, attending all project coordination meetings, coordinating with all applicable agencies, stakeholders and utility companies, obtaining all necessary construction permits, soil testing, and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including but Page 15 15"' STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 not limited to site cleanup, removal of USA Markings and providing any required documentation and turnover items as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents and businesses. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, coordinating traffic control with all applicable agencies, water, sewer and special districts, stakeholders and utility companies, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, and flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 3 Construction Surveying Services: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for providing any and all surveying required to complete the work in place, including restoration of survey monuments and filing the corner records/record of survey with the County of Orange if required. Item No. 4 SWPPP Implementation and Monitoring: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing a Storm Water Pollution Prevention Plan (SWPPP), including, but not limited to, installing erosion control BMPs, educating workers and subcontractors, storm water monitoring, reporting including accessing the State SMARTS website, and all other requirements as described in SWPPP report. After the project is stabilized, the contractor shall file of Notice of Termination to the State Water Resource Control Board. Item No. 5 Dewatering: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for dewatering in conformance with all applicable local, state and Federal laws and permits issued by jurisdictional regulatory agencies. Permits necessary for treatment and disposal of accumulated water shall be obtained by the Contractor as specified in the Special Provisions. Accumulated water shall be treated and/or clarified prior to disposal required in the Special Provisions, by a permit or per the Engineer's direction. The Contractor shall submit a working drawing and related supporting information per 2-5.3 detailing its proposed plan and methodology of dewatering and treatment and disposal of accumulated water. The plan shall identify the location, type and size of dewatering devices and related equipment, the size and type of materials composing the collection system, the size and type of equipment to be used to retain and, if required, treat accumulated water, and the proposed disposal locations. If the proposed disposal location is a sanitary sewer or storm drain system, the Contractor shall submit to the Engineer written evidence of permission from the owner. Item No. 6 Unclassified Excavation: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, excavating, Page 16 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 removing and disposing any existing material not specifically paid for under another payment item to accommodate Contract -specified improvements, and all other work items as required for performing the work complete and in place. Item No. 7 Sawcut and Remove Existing P.C.G. Curb and P.C.C. Curb and Gutter: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing P.C.C. Curb and P.C.C. Curb and Gutter and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 8 Sawcut and Remove Existing P.C.C. Pavement, Alley Approaches, Driveways and Cross Gutters: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing P.C.C. pavement, alley approaches, driveways and cross gutters, aggregate base and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 9 Sawcut and Remove Existing P.C.C. Sidewalk, Access Ramps, Bomanite, Pavers, and AC Pavement in Medians: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing P.C.C. sidewalk, access ramps, bomanite paving, pavers, and AC pavement in medians, aggregate base and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 10 Sawcut and Remove Existing A.C. Pavement in Roadways: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing A.C. pavement, aggregate base and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 11 Remove Existing Tree: Work under this item shall include the removal and disposal of all trees interfering with proposed improvements as described on the plans, including the removal and disposition of roots larger than 1" in diameter, and other organic material, and shall include furnishing all labor, tools, equipment and materials necessary to remove trees complete and in place. Item No. 12 Construct 7" Thick P.C.C. Pavement with fiber reinforcement over suitable compacted native soil: Work under this item shall include, but not limited to, the Page 17 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No.3 cost of all labor, equipment, and materials for grading, subgrade preparation, overexcavation and compaction, constructing P.C.C. pavement with fiber reinforcement and all other work items required for performing the work complete and in place. Contractor shall coordinate work with any impacted residents to provide acceptable access to the property. Work will require phased construction. Item No. 13 Construct Type "B" P.C.C. Curb: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade preparation, overexcavation and compaction, reconstructing existing curb drains and associated piping, constructing Type "B" P.C.C. curb per City Standard STD -182-L, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 14 Construct Type "A" P.C.C. Curb & Gutter: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade preparation, overexcavation and compaction, reconstructing existing curb drains and associated piping, constructing Type "A" P.C.C. curb and gutter per City Standard STD -182-L, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 15 Construct P.C.C. U -Channel: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade preparation, overexcavation and compaction, reconstructing existing curb drains and associated piping, constructing P.C.C. U -Channels, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 16 Construct 6" P.C.C. Driveways and Alley Approaches per City Standards: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade preparation, overexcavation and compaction, constructing P.C.C. driveways and alley approaches per City standards 162-L and 143-L and all other work items required for performing the work complete and in place. Contractor shall coordinate work with any impacted residents to provide acceptable access to the property. Work may require phased construction. Item No. 17 Construct P.C.C. Access Ramp with Retaining Curbs and Truncated Domes: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing existing improvements, grading, furnishing and installing fill material as needed, subgrade preparation, overexcavation and compaction, and constructing P.C.C. Curb Access Ramp and retaining curb (if required), per plan, complete with raised truncated domes. Truncated domes shall be dark grey colored and shall be "Terrapaving" as manufactured by Wausau Tile Inc. (715) 359-3121. All other Page 18 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 work items as required per City Standard STD -181-L to complete the work in place. Truncated domes shall be cast -in-place. Item No. 18 Construct Full Depth (9") Asphalt Concrete Pavement: Work under this item shall include Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing existing improvements, grading, furnishing and installing fill material as needed, subgrade preparation, overexcavation and compaction, and constructing 9 -inch minimum thickness asphalt pavement and all other work items as required to create a smooth roadway surface and complete the work in place, including subgrade compaction. Item No. 19 - Automatic irrigation System: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials, for excavating; backfilling; furnishing and sleeve installation, pressure and non -pressure piping, control, quick coupler and shut-off valves, valve box assemblies, master valve, control wires, flow sensor including signal cable within sleeve, controller modification with security enclosure„ pop-up sprinklers and drip emitter systems, appurtenances; modification of existing equipment to accommodate irrigation system; removing and repairing damaged pavement and surfaces; and all other items as required to complete the work in place. Item No. 20 Import Topsoil for Medians, Planters, and Bulb -Outs: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for delivering and installing topsoil, and all other work items as required to complete the work in place. Item No. 21 Soil Preparation and Fine Grading: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing and rototilling soil with amendments to a depth of 6", or as noted on plans, and fine grading and all other work items as required to complete the work in place. Item No. 22 Weed Abatement: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for two (2) cycles of weed abatement and all other work items as required to complete the work in place. Item No. 23 Install Wood Mulch — 3 -Inch Depth: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing, transporting, delivering, storing, placing three-inch (3") thick wood mulch, appurtenances, and other items as required to complete the work in place. Item No. 24 Install Seashell Mulch — 3 -Inch Depth: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing, transporting, delivering, storing, placing three-inch (3") thick seashell mulch, appurtenances, and other items as required to complete the work in place. Item No. 25 Install Shrub - 15 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and Page 19 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 installing 15 gallon size shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 26 Install Shrub - 5 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 5 gallon size shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 27 Install Shrub - 1 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 1 gallon size shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 28 Install Vine - 5 Gallon: Work under this item shall , but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 5 gallon size vines, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 29 Install Tree — 36 -Inch Box: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 36" box size trees, soil amendments, providing plant photos and all other items as required to complete the work in place. Item No. 30 Install Syagus romanzoffiana/Queen Palm (20 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "Queen Palms", 20 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 31 Install Syagus romanzoffiana/Queen Palm (25 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "Queen Palms", 25 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 32 Install Phoenix dactylifera/Date Palm (25 BTH): Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for transporting, furnishing, storing, and installing Phoenix dactylifera "Date Palms", variety Madjool, 25 feet of Brown Trunk Height (BTH) soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 33 Install Washingtonia filifera/California Fan Palm (15 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "California Fan Palms", 15 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 34 Install Washingtonia filifera/California Fan Palm (18 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "California Fan Palms", 18 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 35 Install Washingtonia filifera/California Fan Palm (20 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "California Fan Palms", 20 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 36 Relocate existing Washingtonia Robusta/Washintonia Palm (50+ BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, excavating, removing, transporting, relocating , storing and installing Washingtonia Robusta/Washintonia", soil amendments, restoring surface, and all other items as required to complete the work in place. Item No. 37 Install Structural Soil: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for excavating, removing and disposing existing soil and placing and compacting structural soil to the limits and depths as noted on plans, and all other work items as required to complete the work in place. Item No. 38 Provide Ninety (90) Day Landscape Maintenance Phase: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for manpower, fertilizers, irrigation system inspection and operation, plant materials, supervision, attending maintenance site visits, and all other items necessary to establish and maintain the landscaping and surrounding area for the entire maintenance period. Item No. 39 Construct 4" Thick P.C.C. (Natural Grey) Sidewalk: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, furnishing and installing fill material as needed, subgrade preparation, overexcavation and compaction, constructing 4 -inch thick P.C.C. sidewalk, adjusting utility boxes to grade, making repairs for damage done to private property including, but not limited to sod, decorative pavement, planters, ornaments, irrigation and plants, and all other work items required for performing the work complete and in place. Item No. 40 Construct Integral -Color Concrete Flatwork with Retarder Finish: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade compaction, furnishing, installing and compacting base course, constructing integral -color concrete flatwork with retarder finish, adjusting utility boxes to 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 grade, making repairs for damage done to private property including, but not limited to sod and all other work items required for performing the work complete and in place. Item No. 41 Construct P.C.C. Decorative Crosswalk: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, furnishing and installing fill material as needed, subgrade preparation, subgrade preparation, overexcavation and compaction, constructing P.C.C. decorative crosswalks and all other work items required for performing the work complete and in place. Contractor shall coordinate work with the traffic control plans. Traffic operations shall be maintained at all times. Decorative crosswalks will be require phased construction. Item No. 42 Construct Concrete Unit Pavers: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, furnishing and installing fill, bedding, base, joint, geotextile, and grout material as needed, subgrade preparation, overexcavation and compaction, constructing concrete unit pavers, adjusting utility boxes to grade, making repairs for damage done to private property including, but not limited to sod, decorative pavement, planters, ornaments, irrigation and plants, and all other work items required for performing the work complete and in place. Item No. 43 Construct Concrete Mow Curb: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade preparation, overexcavation and compaction, constructing P.C.C. mow curb, making repairs for damage done to private property including, but not limited to sod, planters, irrigation and plants, and all other work items required for performing the work complete and in place. Item No. 44 Furnish and Install Cast Iron Tree Grate (2.5'x5') and Steel Angle Frame: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for modifying adjacent improvements to accommodate improvements; furnishing and installing tree grate and frame; restoring affected improvements; and all other work items required for performing the work complete and in place. Item No. 45 Furnish and Install Cast Iron Tree Grate (3'x6') and Steel Angle Frame: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for modifying adjacent improvements to accommodate improvements; furnishing and installing tree grate and frame; restoring affected improvements; and all other work items required for performing the work complete and in place. Item No. 46 Furnish and Install Greenscreen: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for sawcutting, removing, and disposing existing improvements to accommodate work under this payment item, installing, transporting, delivering, storing, placing, Greenscreen and footing, and all other work as required to complete the work in place. Page 22 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 Item No. 47 Furnish and Install Neighborhood Entry Monuments: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing existing improvements to accommodate work under this payment item, acquiring and installing Neighborhood Entry Monuments and all other work items as required to complete the work in place. Item No. 48 Furnish and Install Dock Gateway Monuments: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing existing improvements to accommodate work under this payment item, acquiring and installing Dock Gateway Monuments and all other work items as required to complete the work in place. Item No. 49 Furnish and Install Trash Enclosure: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing existing improvements to accommodate work under this payment item, acquiring and installing trash enclosure and all other work items as required to complete the work in place. Item No. 50 Furnish and Install Trash Receptacles: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing the site to accommodate work under this payment item, disposing of existing trash bins, acquiring and installing trash receptacles and all other work items as required to complete the work in place. Item No. 51 Furnish and Install Decorative Benches: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removal of benches, relocating donation plaque and reinstalling on new benches, preparing the site to accommodate work under this payment item, furnishing and installing decorative benches and all other work items required for performing the work complete and in place. Item No. 52 Furnish and Install Decorative Bollards: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing the site to accommodate work under this payment item, furnishing and installing bollards and all other work items required for performing the work complete and in place. Item No. 53 Install Grate Inlet Catch Basin: Work under this item shall include constructing Grate Inlet Drain Boxes per the plans and details including, but not limited to, removing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, drain box structures, grates, frames and adaptors, potholing all existing utilities, connections to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Page 23 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 Item No. 54 Install 10 -inch PVC, SDR -35 Storm Drain Pipe: Work under this item shall include installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Item No. 55 Connect to Existing Junction Structure or Catch Basin: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing existing improvements, trenching, furnishing and installing bedding and backfill material as needed, compacting and constructing storm drain connection to existing junction structure, per Standard Plans for Public Works Construction (SPPWC) std. plan no. 335-1, Case 1, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Item No. 56 Connect to RCP storm drain: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing existing improvements, trenching, furnishing and installing bedding and backfill material as needed, compaction and constructing storm drain connection to existing junction structure, per Standard Plans for Public Works Construction (SPPWC) std. plan no. 335-1, Case 2, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Item No. 57 Install Infiltration French Drains: Work under this item shall include constructing French Drain atrium grate inlets with Gravel Bottoms per the plans and details including, but not limited to, removing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, installing gravel, drain box structures, grates, frames and adaptors, potholing all existing utilities, connections to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. 58 Remove Existing Catch Basin and Portion of Storm Drain Lateral: Work under this item shall include removing catch basins and interfering portion of lateral storm drain pipe per the plans and details including, but not limited to, removing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, installing gravel, plugging existing storm drain pipes with concrete Page 24 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 bulkheads, temporary and permanent support of utilities, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Existing lateral pipe shall be connected to new grate inlet catch basin as shown on the plans. Item No. 59 Adjust Manhole to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting the existing City manholes to finished grade in accordance with City STD -111-L; removing old manhole ring and cover and return to City, and installation of new ring and cover per CNB STD. 111-L, including but not limited to, pavement removal, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, pavement restoration, and shall include furnishing all labor, tools, equipment and materials necessary to adjust the manhole to grade complete and in place Item No. 60 Adjust Pullboxes and Meter Boxes to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting the existing City owned meter boxes, and utility company owned pullboxes to grade, controlling ground and surface water, backfilling, compacting, disposing of excess material, restoring pavement, and all other work items as required to complete the work in place. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, AT&T and cable television facilities to the finish grade with the appropriate utility company. Item No. 61 Adjust Water Valves and Sewer Cleanouts to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting the -existing City valve boxes and covers to finished grade in accordance with City STD -511-L, restoring pavement, and all other work items as required to complete the work in place. Item No. 62 Removing Existing and Installing New Fire Hydrant Assembly: Work under this item shall include removing existing fire hydrant, lateral and valve, capping existing lateral at the water main, and installing a new fire hydrant assembly at a new location in accordance with City of Newport Beach STD -500-L, including but not limited to fire hydrant, fire hydrant bury, valve, valve box and cast Iron traffic cover, valve extension, concrete thrust blocks, controlling ground and surface water, excavating, backfilling, compacting, disposing of excess material, restoring pavement, and all other work items as required to complete the work in place. Item No. 63 Relocate Existing Pullbox and Underground Conduits: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for relocating existing utility company owned pullbox and underground conduits, controlling ground and surface water, backfilling, compacting, disposing of excess material, restoring pavement, and all other work items as required to complete the work in place. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Page 25 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 Company, AT&T and cable television facilities to the finish grade with the appropriate utility company. Item No. 64 Traffic Signal Modification —Balboa Blvd. 15th St.: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials required to modify the traffic signal at the 15th Street/W. Balboa Boulevard intersection per the Plans, Special Provisions, Supplemental, and Contract documents. Item No. 65 Temporary Traffic Signal Operation — Balboa Blvd./15th St.: Work under this item shall include, but not limited to, the cost of all labor, equipment, and material for temporary relocation of traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the 15th Street//. Balboa Boulevard intersection, including pedestrian and bike push buttons per the Plans, Special Provisions, Supplements, and Contract documents. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location, Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and shall be approved by the Engineer. Should other methods be approved and that convenience the Contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 66 Signing, Striping, Pavement Markings and Pavement Markers — The contract lump sum price paid for SIGNING, STRIPING, PAVEMENT MARKINGS AND PAVEMENT MARKERS shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including preparing public/private property signing and striping plans, installation of public/private property signing, striping and markings, painting of public/private property curbs, installation of signing, striping and markings, installation of pavement markers and for doing all the work involved in signing, striping, pavement markings and pavement markers, complete in place, as shown on the Contract Drawings, as specified in the Reference Standards, specified in Special Provisions, and as directed by the Engineer. Item No. 67 Sawcut and Remove Existing Ramp, Sidewalk and Curbs and Construct New Accessible Curb Ramp with Retaining Curbs and Truncated Domes: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting and removing existing improvements including ramps, sidewalk, and truncated domes, and grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. Curb Access Ramp and retaining curb (if required), per plan, complete with raised truncated domes. Truncated domes shall be dark grey colored and shall be "Terrapaving" as manufactured by Wausau Tile Inc. (715) 359-3121. All other work items as required per City Standard STD -181-L to complete the work in place. Truncated domes shall be cast -in-place. Existing light poles, above ground vaults, power poles and bollards shall be protected in Page 26 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 place unless otherwise noted. Existing pullboxes, valves, meters, manholes shall be adjusted to grade where necessary. Item No. 68 Sawcut and Remove Existing Improvements and Install Truncated Domes: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting and removing existing portion of ramp where indicated, and grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. slab base complete with raised truncated domes flush with existing P.C.C. pavement and 0" curb. Truncated domes shall be dark grey colored and shall be "Terrapaving" as manufactured by Wausau Tile Inc. (715) 359- 3121. All other work items as required per City Standard STD -181-L to complete the work in place. Truncated domes shall be cast -in-place. Item No. 69 Construct Pay Station Foundation: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. pay station foundation, making repairs for damage done to private property including, but not limited to sod, planters, irrigation and plants, and all other work items required for performing the work complete and in place. Contractor shall coordinate with pedestal pay station manufacturer to obtain standard mounting pedestal bolt pattern. Item No. 70 Construct Type "131-6" P.C.C. Mountable Curb: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade preparation, overexcavation and compaction, constructing Type "131-6" P.C.C. mountable curb per Standard Plans for Public Works Constructon (SPPWC) Std. Plan 121-2, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and, all other work items as required for performing the work complete and in place. Item No. 71 Construct Slurry Barrier at Median: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting, and constructing concrete slurry barrier at median over existing trunk sewer line per plans, notes and detail, protecting in place existing sewer and other utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 72 Install Tree Sumps at Tree Grates: Work under this item shall include installation of tree sumps per the plans and details including, but not limited to, the cost of all labor, equipment, and materials for installing perforated drain pipe, grates and drainage chimney, protecting interfering portions of existing utilities or improvements, and all other work items required for performing the work complete and in place. Page 27 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 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." 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 and Alternate Class Add to this section: "Portland Cement concrete for construction shall be Class 560-C- 3250 unless otherwise specified on the plans, agency standards or these Special Provisions." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Add to this section: "Reinforcing steel shall be epoxy -coated Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201-2.3 Fiber Reinforcement Add to this section: "Fiber Reinforcement shall be Type III, polypropylene. The percentage quantity of fiber reinforcement shall be determined by mix design engineer to achieve a minimum Modulus of Rupture of 450 psi for the 7 inch thick pavement." 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." Page 28 15"' STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures 203-6-4.3 Composition of Grading Add this Section: "Asphalt Concrete for the finish course shall be C2 64-10 for the surface course and B 64-10 for the base course of the roadway section." SECTION 207 - PIPE 207-17 PVC PLASTIC PIPE 207-17.1 General These specifications apply to polyvinyl chloride pipe (PVC) intended to be used for the construction of storm drains. 207-17.3 Joining Systems Add to this section: All storm drain joints shall be sealed with elastomeric gaskets to provide a watertight fit. SECTION 210- PAINT AND PROTECTIVE COATINGS 210-1 PAINT 210-1.1 General Requirements. Add the following: "Paint and Protective Coatings shall conform to the provisions in Section 210, "Paint and Protective Coatings," of the Standard Specifications, the CALTRANS Standard Plans, May 2006, the 2010 California Manual on Uniform Traffic Control Devices (CMUTCD), and these Special Provisions. Traffic Stripes and Markings shall be as shown on the plans. Paint for traffic striping and pavement markings shall be either rapid dry white conforming to State Specifications 8010-81D-04, or rapid dry yellow conforming to State Specifications 8010-81D-05, in accordance with the color stipulated on the plans or as directed by the Engineer." 210-1.3 Paint Coats. Add the following: Page 29 15"' STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 "Paint shall be applied in two (2) equal thicknesses totaling the minimum required wet film thickness indicated in Subsection 310-5.6.5, "Traffic Stripes and Markings," of the Standard Specifications for Public Works Construction. A minimum period of 14 days shall be allowed between the two applications of striping, or as directed by the Engineer." 210-1.6.5 Reflective Materials. Delete Paragraph 1 and add the following: "Reflective material shall consist of glass beads added to the surface of each coat of paint prior to setting, so that the beads will have proper adhesion. Special care shall be taken with rapid dry paint and thermoplastic material." 211-1 COMPACTION TESTS 211-1.1 Laboratory Maximum Density of the Standard specifications is amended by adding the following: Laboratory maximum density tests shall be performed in accordance with Test Method No. Calif. 216G, Part 11. The correction for oversized material as stated in Test Method No. Calif. 216 shall be replaced with Note 2 of ASTM D1557. 211-1.2 Field Density is amended by adding the following: Field density tests will be arranged by the Contractor during the course of construction at the expense of the Contractor. If field density tests indicate that any portion of the compacted subgrade has density lower than that specified, the Contractor shall rework that portion until the specified density is obtained. Retest of areas which have failed compaction will be performed at the direction of the Engineer at the Contractor's expense. Section 211-1 is hereby amended to add the following: "211-1.4 General. The Contractor shall be responsible for providing arranging for, and providing all compaction tests and reports to the Engineer. Compensation for all tests and reports will be considered under the various items of work, no additional compensation will be allowed therefore." "211-1.7 Agronomic Test. Section 211-1.7 is hereby added to the Standard Specifications as follows: 211-1.7.1 Testing and Report After completion of grading and prior to weed control or soil preparation, the Contractor shall obtain agronomic tests for all planting areas. Obtain one (1) test per street planting area -three (3) tests total. Tests shall be performed by an agronomic soils testing laboratory and shall include a fertility and suitability analysis with written recommendations for soil amendment, fertilizer and chemical conditioner application rates for soil preparation, planting backfill mix, auger hole requirements, hydrospraying, and post maintenance fertilization program. The soils report recommendations shall take precedence over the minimum amendment and fertilizer application rates specified Page 30 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 herein only when they exceed specified minimums." SECTION 214 - PAVEMENT MARKERS 214-4 NONREFLECTIVE 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." PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List." 300-1.3.1 General Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Page 31 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 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 inch" of the last sentence with the words "two (2) inches". (d) Miscellaneous In addition to the work outlined in Subsection 300-1 of the Standard Specifications, the following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item unless noted on the plans to be protected in place. (1) Maintain dust control at all times by watering; including developing a water supply and furnishing, and placing all water required for work done in the contract, including water used for extra work and water used for irrigation purposes. (2) Provide for traffic control and all signs, barricades, flashers and temporary striping necessary to maintain proper control, in accordance with "WATCH" including maintaining all travel lanes as required. (3) . Protection of utilities, trees, fences, walls and other facilities within the construction zone. (4) Mobilization and de -mobilization. (5) Clearing and removal of debris from site of work. (6) Removal of structures, as directed by Engineer to be removed or abandoned. (7) Delay in work necessary to accommodate utility relocations by others. (8) Other items of work as directed in these specifications. Add the following Section 301.5 Solid Waste Diversion 300-1.5 Solid Waste Diversion Non -reinforced clean concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials acceptable for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. Page 32 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. 300-2 - UNCLASSIFIED EXCAVATION. 300-2.6 Surplus Material. Add to this Section: "All surplus material shall be disposed of in a legal manner at the expense of the Contractor." 300-4 UNCLASSIFIED FILL. 300-4.7 Compacting Add to this Section: Consolidation by jetting will only be permitted if approved by the Engineer. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Add to this section: "Existing asphalt concrete pavement shall be removed as shown on the plans and replaced with Type III -C2 -AR -4000 meeting the requirements of Subsection 400-4. At all locations where new asphalt concrete pavement is joining or overlaying existing asphalt pavement, the Contractor shall feather the new pavement to form a smooth transition with the existing pavement. The final or surface layer of asphalt concrete shall not be placed until all on-site improvements have been completed, including all grading. All asphalt concrete pavement removed to accommodate the construction of curb access ramps, curb and gutter, and sidewalk shall be replaced with full depth asphalt concrete, as required below and conforming to the requirements of Subsection 300- 2.1.1 a. Asphalt concrete pavement shall be Type III-C2-AR4000 and shall meet the requirements of Subsection 400-4, "Asphalt Concrete" of the Standard Specifications. The Contractor shall saw cut and remove the asphalt concrete pavement parallel to the centerline of the roadway for the length of the ramp curb and gutter section to be removed for a minimum one (1) foot of width adjacent to the edge of gutter which shall be removed to accommodate the curb and gutter construction. Prior to placing asphalt concrete the subgrade shall be compacted to a minimum of 95% relative compaction. Page 33 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 Prior to placing asphalt concrete the Contractor shall remove all debris, dirt, and gravel from the existing surface and a "tack coat" of grade SS -1 H emulsified asphalt conforming to the provision in Subsection 203-3 "Emulsified Asphalt" of the Standard Specifications shall be uniformly applied to all existing pavement surfaces and contact surface edges. All water used for saw cutting and saw cut material shall be vacuumed and removed to comply with Section 00766 of the Special Conditions (Section 9. Water Pollution Control) and such water and material shall not be allowed to enter into any drainage system. No stockpiled materials or equipment shall be allowed to remain on any public right-of- way overnight. All unsuitable and surplus material shall become the property of the Contractor and shall be removed from the project site by the Contractor on a daily basis. Full depth AC pavement shall be constructed in layers not to exceed four (4) inches in compacted thickness. When more than one layer course is required, the layers shall be of equal thickness. The following shall apply to spreading: 1. Each layer shall be spread to deposit a uniform layer. 2. The minimum temperature of asphalt concrete for initial or breakdown compaction shall be 225° F at the site. 3. Initial or breakdown compaction shall be performed with the equivalent of a roller weighing 12 tons. 4. The initial or breakdown compaction shall be followed by spreading additional material to level irregularities and provide a uniform surface for subsequent layers. Additional compaction shall proceed with equipment while the temperature of the asphalt is above 180° F. 5. The remaining layers of asphalt concrete shall not be spread when the underlying layer is 150° F or greater. Prior to placement of the final asphalt layer, the Engineer, or designee, will evaluate the area for suitability of placement. As specified in the curb access ramp City of Newport Beach standard plan STD -181 -L-A, the maximum slope within four (4) feet of the bottom of the ramp shall not exceed 5%. All costs to the Contractor for furnishing all labor, materials, tools, equipment and completing all work involved in asphalt concrete removal and replacement as specified in these Special Provisions, and as directed by the Engineer, including saw cutting, excavating, loading, disposing, stockpiling, and hauling to final destination shall be included in the contract unit price bid for Constructing Asphalt Concrete Pavement and no additional compensation will be allowed." Add to this section: "All cracks '/-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (e.g. no super Page 34 151' STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1-% 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 per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.6 Curing Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201- 1.1-2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." 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." 303-5.4 Joints 303-5.4.1 General Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the length of the alley being reconstructed. The Contractor may also sawcut the property lines, adjacent to the alley, Page 35 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303-5.5 Finishing 303-5.5.1 General Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SEE APPENDIX `A' FOR TECHNICAL SPECIFICATIONS SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION SEE APPENDIX `6' FOR TECHNICAL SPECIFICATIONS SECTION 310 - PAINTING SECTION 309 — MONUMENTS Add the following to Section 309: 309-5. Centerline ties shall be tied out and reset in accordance with Section 8771 (Land Surveyors Act) of the Business and Professions Code of the State of California and the Corner Records shall be filed with the Orange County Surveyor as well as the City's Survey Section. Page 36 15Tf1 STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 Measurement and Payment. Payment for tying out and resetting centerline ties shall be included in the contract price bid for Project Surveying and Monumentation and no additional compensation will be allowed therefore." 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings, restore pavement, prior to re - striping by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be reflectorized thermoplastic. The 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 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of Page 37 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 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. In areas where striping is to be removed by grinding, pavement shall be restored to match the existing finished grade. 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 Amend 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." SECTION 313 - SIGNAGE SEE APPENDIX `A' FOR TECHNICAL SPECIFICATIONS Page 38 15"' STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM SECTION 12 9300 SITE FURNISHINGS PART 1 - GENERAL 1.1 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, which contain information and requirements that apply to this section. B. Furnish all materials, labor, transportation, services, and equipment necessary to furnish and install site furnishings as shown on the Drawings and as specified herein. C. Work included in this Section: 1. Benches 2. Trash Receptacles 3. Bollards D. Related Work in other Sections: 1. Section 03 3300 Cast In Place Concrete 2. Section 32 1314 - Concrete Paving. 3. Section 32 8000 - Irrigation System. 4. Section 32 9300 — Trees, Shrubs and Groundcovers. 5. Section 32 9800 — Landscape Establishment. 1.2 QUALITY ASSURANCE A. Manufacturer's Directions: 1. Manufacturer's directions and drawings shall be followed in all cases where the manufacturers of articles used in the Section furnish directions covering points not shown in the Drawings and Specifications. B. Project Assurance: 1. Do not fabricate components, which require fitting to structural elements or into finished spaces until dimensions have been verified in the field. 1.3 SUBMITTALS A. The specific submittal requirements of this section shall be guided by Division 1. 2. Product Data: 1. Submit manufacturer's catalog cuts and a typed listing of all products specified in this Section, Including samples of each type of mounting anchors. B. Shop Drawings: 1. Submit for review and approval all manufacturers' catalogue information or shop drawings indicating size, materials, finishes, specifications, installation methods and quantities of items being supplied. November 17, 2015 26 APPENDIX B - 12 9300 -1 Site Furnishings 15th STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM 1.4 PRODUCT HANDLING A. Delivery: 1. Deliver all specified products on-site in their original unopened packages for review by Engineer. If damage has occurred to the product(s), the Contractor shall be responsible to replace it (them) with matching new product(s) at his own expense. B. Storage: 1. Store materials in a dry and protected location. Protect from damage, deformation, staining, and moisture damage. C. Protection: 1. Protect products from damage due to Contractor negligence, vandalism and inclement weather. 1.5 COORDINATION A. The Contractor shall notify all other trades, such as plumbers, electricians and concrete installers in ample time to install his work, including sleeves, bolts and drains. PART 2 - PRODUCTS 2.1 BENCH As manufactured by Forms and Surfaces Inc (800) 451-0410 Specifications are as follows: Series: Cordia Model No: SBCOR-72BW Size: 72" Length, 34.1" tall Color: Aluminum Texture, Wood slats Options: Surface Mount, with Center armrest Divider 2.2 TRASH RECEPTACLE As manufactured by Forms and Surfaces Inc (800) 451-0410. Specifications are as follows: Series: Dispatch Model No: SLDIS-136 Size: 25.5' Wide,21.8" Deep, 43" tall Color: Aluminum Texture Options: Surface Mount, Side Opening 2.3 BOLLARD As manufactured by by Forms and Surfaces Inc (800) 451-0410. Specifications are as follows: Series: TRIADA Model No: LBTRI Size: 41.9" Tall, 10.6" Diameter Color: Silver Texture Power Coat Option: Surface Mounted, Omit Lighting Component PART 3 - EXECUTION APPENDIX B - 12 9300 - 2 November 17, 2015 26 Site Furnishings 151h STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM 3.1 INSTALLATION A. Dimensions upon which work of this Section may be contingent upon shall be verified by the Contractor at the job site to insure proper placement and fit of the site furnishings specified. B. Work shall be set plumb, level, and true to line and shall present a neat and finished appearance. Include setting each item in its correct place, fastening it, connecting it, or incorporating it into other portions of the work, as each item may require. C. The work of this Section shall include the furnishing of anchors and adhesives required for installing and attaching the equipment specified herein. All furnishings shall be installed per manufacturers' recommendations unless noted otherwise in the Drawings. 1. All anchoring materials shall be stainless steel unless otherwise permitted by Engineer. D. Adequately protect all work from damage by subsequent construction operations. Damaged work shall be replaced by Contractor at no cost to the Owner. 3.2 BENCHES A. Locate as indicated on the Drawings. Review location with Engineer. Assemble after location is approved. Anchor per Manufacturer's Instructions. B. Relocated permanently mount existing 2"x6" donor plaques onto bench. Contractor to provide shop drawings detailing mounting and location of plaque on wood slats. Plaque to be flush with wood slats. 3.3 TRASH RECEPTACLES A. Locate as indicated on the Drawings. Review Location Engineer. Assemble after location is approved. Anchor per Manufacturer's Instructions. 3.4 BOLLARDS A. Locate as indicated on the Drawings. B. Comply with manufacturer provided instructions and drawings. C. Ground sleeves should be installed with the top of the sleeve set flush with the finished surface. Bollard posts and ground sleeves must be supplied by same source to provide consistent quality in appearance and performance. D. Bollard should not be inserted into the ground sleeve until it is leveled and fully cured. Attach bollard per manufacturer instructions. DO NOT ATTEMPT TO INSTALL BOLLARD IN THE LOCKED POSITION. E. If touch up painting in the field, be careful not to paint moving parts which may restrict the bollard's proper function. 3.5 CLEANUP A. Upon completion of the work under this Section, remove all rubbish, waste and debris resulting from his operations offsite. Remove all equipment and leave the entire work area in a neat and clean condition as accepted by the Engineer. November 17, 2015 26 APPENDIX B - 12 9300 - 3 Site Furnishings 15th STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM END OF SECTION APPENDIX B - 12 9300 - 4 November 17, 2015 26 Site Furnishings 151h STREET/BALBOA BLVD. REVITALIZATON ADDENDUM SECTION 32 1315 CONCRETE PAVING WITH EXPOSED SPECIALTY AGGREGATE PART 1 - GENERAL 1.1 GENERAL CONDITIONS A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, which contain information and requirements that apply to this section. B. Work Included in this section: 1. Portland cement concrete with exposed specialty aggregate (CESA) as shown on the plans at the 151h Street Crosswalks. 2. This section covers multiple patented methods of installing concrete with hand seeded specialty aggregate placed in the in the uppermost layer of the concrete and then exposed. It does not specify which process or patent is acceptable, but it does require a licensed installer. C. Work related in other sections 1. Standard Specifications — Section 201 — Concrete, Mortar and Related Materials, Section 300 Earthwork and Section 303 Concrete and Masonry Construction. 2. Section 07 9005 — Joint Sealants 1.2 REFERENCES A. Standard Specifications: Standard Specifications for Public Works Construction ("Green Book"), by Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California Districts of the Associated General Contractors of California. B. American Concrete Institute (ACI) —2008 Edition: 1. ACI 302 - Recommended Practices for Concrete Floor and Slab Construction. 2. ACI 304R - Guide for Measuring, Mixing, Transporting and Placing Concrete. 3. ACI 305R - Hot Weather Concreting. 4. ACI 306R - Cold Weather Concreting. 5. ACI 308 - Standard Practices for Curing Concrete. C. American Society of Testing Materials (ASTM): 1. ASTM A 615 - Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete Reinforcement. 2. ASTM C 33 - Standard Specification for Concrete Aggregates. 3. ASTM C 94 - Standard Specification for Ready -Mixed Concrete. 4. ASTM C 150 - Standard Specification for Portland Cement. 5. ASTM C 171 - Sheet Materials for Curing Concrete. 6. ASTM C 172 - Standard practice for Sampling Freshly Mixed Concrete. 7. ASTM C 309 - Standard Specifications for Liquid Membrane -Forming Compounds for Curing Concrete. 8. ASTM C 494 - Standard Specification for Chemical Admixtures for Concrete. 9. ASTM C 979 - Standard Specification for Pigments For Internally Colored Concrete. 10. Concrete Mix Design, Quality Control and Specification - Fourth Edition. 1.3 SUBMITTALS A. Product Data: All manufactured products, including joint fillers, admixtures and curing compounds. November 17, 2015 321315-1 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON ADDENDUM B. Shop Drawings: Submit shop drawings indicating locations of construction joints and score lines that are different from the locations shown on the plans C. Concrete Mix Submittals: 1. Concrete mix design: For each type of concrete and each compressive strength required by the Contract Documents. 2. Test data: When and as directed by Inspector of Record/Construction Manager, submit certified laboratory test reports confirming physical characteristics of materials used in the performance of the Work specified in this Section. D. Field Mock-ups: Provide at the project site, for review and selection by Inspector of Record/Construction Manager, Mock-ups of each concrete color and finish combination. 1. Mock-ups shall indicate the ranges of variation in texture proposed to be provided 2. Retain samples of cements, sands, aggregates and color additives used in mockup for comparison with materials used in remaining work. 3. Mock-ups shall be minimum 3 -feet by 3 by 4 -inches thick, one mock up for each finish and color combination, with at least one sample of each joint type. Provide one additional Mock up for Sample of Sandblasted Lettering. a. Owner's Authorized Representative will review Mock-ups and select acceptable texture. If no sample is determined to be acceptable, construct additional Mock- ups of each concrete paving and joint type complying with Owner's Authorized Representative's directions until acceptable sample is obtained. b. For lettering Mockup, Incise two complete letters using abrasive Blasting. Provide Printed Sample of all letters for owner's review, identifying font and final size. C. Retain approved mock-ups for comparison with remaining work. E. CSEA Materials: 1. Submit one pound of each specialty aggregate for each different paving type specified on Project. F. Attic Stock: 1. At the end of project deliver (1) 5 gallon pail of each specialty aggregate specified on Project for Owner's use in future damage repair. 1.4 QUALITY ASSURANCE A. A. Qualifications: 1. CSEA Contractor's Qualifications: a. CSEA Contractor to be deemed a CSEA Contractor must be trained to install hand seeded concrete and certified by the licensor. b. Provide evidence to indicate successful experience in installing CSEA paving on at least (5) projects with a combined total of at least 25,000 SF with all (5) projects located within a 50 mile radius of project site. C. Provide documentation on (3) CSEA paving projects containing following information: 1) (2) photos of CSEA architectural concrete paving including an overall photo and an aggregate close-up photo. 2) Owner name and telephone number. 3) Architect name and telephone number. 4) Landscape Architect name and telephone number. 2. Supervisor, Foreman and Workman Qualifications: a. Supervisor: 1) Not less than 8 years of hand -seeded architectural concrete paving experience and fluent in English. 321315-2 November 17, 2015 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 2) A supervisor must be present during all major phases of concrete installation. b. Foreman: 1) Not less than 5 years of hand -seeded architectural concrete paving experience and fluent in English. C. Workman: 1) Not less than 3 years of hand -seeded architectural concrete paving experience. 3. Ready -Mix Concrete Batch Plant: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for concrete batch plant facilities and B. Industry Standard: Perform concrete paving Work in accordance with ACI 301. C. Pre -Construction Meeting: 1. Schedule at least (2) weeks prior to beginning of work, a Pre -Construction Meeting with Owner, General Contractor, and other contractor's that may be affected by CSEA Contractor's work. 2. Record relevant discussions of Pre -Construction Meeting including decisions, directions and agreements reached that effect CSEA Contractor's work. 3. Furnish copies of report to parties in attendance. 4. Review methods and procedures related to work of this Section, including, but not limited to the following: a. Submittals. b. RFI's. C. Location of mock-ups. d. Required materials, tools, and procedures. e. Construction schedule and sequencing of work. f. Construction details. g. Construction schedule and sequencing of work. h. Coordination with other trades and site conditions. i. Procedures for coping with unfavorable weather conditions. j. Waste disposal. k. Testing, inspections, reviews and procedures for approvals. D. Testing: 1. Owner will incur costs for required tests and inspections, except re -tests and re - inspections required due to failures by CSEA Contractor. 2. Owner will choose a qualified testing agency. If not, CSEA Contractor's recommended testing agency may be hired as long as requirements of ASTM C 1077 are met and personnel conducting laboratory tests are certified as ACI Concrete Laboratory Technician, Grade 1. Field testing to be conducted by personnel certified as ACI Concrete Field Testing Technician, Grade 1. 3. Samples of materials may be taken and analyzed for conformity to this Section. If requested, furnish samples to Owner's Authorized Representative. E. Concrete Batch Plant Tickets: 1. Provide Owner's Authorized Representative with concrete batch plant tickets for each concrete load delivered. Ensure that each ticket contains mix design number, type of cement, fine and coarse aggregates, admixtures, initial mix time, initial quantity of water added, total quantity of water allowed and signature of ready -mix plant dispatcher. 2. List color additives by designating manufacturer, product number and name. F. Requirements of Regulatory Agencies: Federal, State and local laws governing this Work are hereby incorporated into and made part of this Section. When this Section calls for certain materials, workmanship, or a level of construction that exceeds level of Federal, State, or local requirements, provisions of this Section will take precedence. November 17, 2015 321315-3 Concrete Paving With Exposed Specialty Aggregate 1511 STREET/BALBOA BLVD. REVITALIZATON ADDENDUM G. Inspections and Permits: Provide for inspections and permits required by Federal, State, and Local authorities in furnishing, transporting, and installing materials. H. Regulatory Requirements: Where reference is made to Standard Specifications, the following shall apply. 1. Perform off-site work in public rights-of-way as indicated on the Contract Drawings and in accordance with requirements of authorities having jurisdiction, including Standard Specifications for Public Works Construction, as amended and adopted by those authorities. For conditions not indicated otherwise on Contract Drawings, conform to Standard Details adopted by authorities having jurisdiction, including Standard Details for Public Works Construction, as amended and adopted by those authorities. 2. Perform on-site Work as indicated and referenced on the Contract Drawings and as specified herein. Source Quality Control: Obtain like materials from one source throughout. J. Lines and Levels: Established by licensed Surveyor or registered Civil Engineer. Costs of surveying services shall be included in the Contract Sum. K. Protection of Existing Paving: Limit transport trucks to 12 ton cartage, so that existing paving is not subject to overweight damage. All damage to existing paving and other improvements shall be repaired or replaced by Contractor at no change in Contract Sum and Contract Time. 1.5 DELIVERY, STORAGE AND HANDLING A. Delivery, Storage and Handling: Comply with requirements specified for regular concrete in Section 03 3000 - Cast in Place Concrete. B. Colored Admixture: Comply with manufacturer's instructions. Deliver colored admixtures in original, unopened packaging. Store in dry conditions. 1.6 PROJECT CONDITIONS A. Water and Dust Control: Maintain control of concrete dust and water at all times. Do not allow adjacent planting areas to be contaminated. B. Schedule delivery of concrete to provide consistent mix times from batching until discharge. Mix times shall meet manufacturer's written recommendations. C. CSEA Environmental Requirements: 1. Do not place concrete when ambient temperature is 35F or lower or is expected to go below that temperature within 24 hours of placement. Follow all cold weather procedures in accordance with ACI 306. 2. Follow hot weather procedures in accordance with ACI 305 and ASTM C 94. During hot weather, when air temperature is 90F or greater, reduce mixing and delivery time to a maximum of 60 minutes. Concrete deliveries made after that time may be rejected. 3. Do not place concrete during rain unless proper protection has been provided. Construct protective covers so as to be self-supporting and braced to support anticipated wind and rain loads. Provide sandbags or other physical barriers to divert runoff from entering onto work area. 4. Schedule placement to minimize exposure to wind and hot sun before curing materials are applied. 5. Comply with professional practices described in ACI 305R and ACI 306R. D. Site Conditions 321315-4 November 17, 2015 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 3 1. Do not conceal work until required tests and inspections have been performed and approved by Owner's Authorized Representative. 2. Maintain vehicular and pedestrian traffic at all times during concrete operations. 3. Do not limit access to other site work operations. 4. Provide flagmen, barricades, warning signs and lights as necessary to control movement of traffic. E. Allowable Tolerances: 1. Place concrete true to line and grade and as indicated on Drawings. Ensure that finish surface of concrete paving does not vary by more than %-inch per foot unless specially identified on Drawings. Correct identified irregularities to satisfaction of Owner's Authorized Representative. 2. Provide proper drainage without "birdbaths" on paving surfaces. Discrepancies or omissions on Drawings, or on-site conditions, which prevent proper drainage, should be brought to Owner's Authorized Representative's attention for direction prior to beginning work. F. Slip Resistance: 1. Provide a finish surface slip resistance coefficient of friction equal to or greater than 0.6 for flat surfaces and 0.8 for ramps, when tested in accordance with ASTM F 489. 1.7 PROJECT CONDITIONS A. Ensure that substrate to receive CSEA concrete paving is acceptable prior to beginning Work. Do not begin Work until unsatisfactory conditions have been rectified to Owner's Authorized Representative satisfaction. B. Sequencing and Scheduling of Work: 1. Other Trades Work: a. Coordinate with other trades, items that need to be furnished and set in place prior to beginning Work. b. Install accessories embedded in concrete for provision of holes, vaults, and openings, necessary to execution of other trades work. C. After wood forms have been placed and approved by Owner's Authorized Representative, immediately notify other trades in order to give them sufficient time to complete their portion of work. C. Do not place concrete when subbase surface temperatures are below 40 degrees F or when surfaces are wet. 1.8 COORDINATION A. Ensure that utilities including irrigation sleeves and other surface elements such as plaques, lids, and boxes, are coordinated with other trades prior to placing concrete. 1.9 INSPECTION OF SITE A. Verify conditions at site that affect Work of this Section. Report significant discrepancies between actual field conditions and Drawings to Owner's Authorized Representative for resolution prior to commencing work. 1.10 PROTECTION OF CONCRETE PAVING November 17, 2015 321315-5 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON ADDENDUM A. Do not permit trade equipment or vehicular traffic on finished concrete paving for duration of Project. This includes but not limited to manlifts, forklifts, skip loaders, bobcats, backhoes, scaffolding, pallet jacks, and scissor lifts. B. Do not permit pedestrian traffic on finished concrete paving until 7 days after pour. C. Do not permit vehicular traffic on finished concrete paving until 30 days after pour. PART2-PRODUCTS 2.1 BASE MATERIALS A. Soil: As specified See Standard Specifications Section 200 — Rock Materials. B. Aggregate Base: 1. Coarse aggregate: As indicated on Civil Drawings and as recommended in Geotechnical Report - Geotechnical Data or, if not indicated, Crushed Aggregate Base in Section 2060 Aggregate Materials 2. Fine aggregate: Clean, manufactured or natural sand complying with ANSI/ASTM C 136, in accordance with Section 2060 Aggregate Materials. 2.2 PORTLAND CEMENT A. Refer to Drawings for cement types specified on Drawings. B. Type V, conforming to ASTM C150. C. Use same brand of cement from single source throughout duration of project for each specific CSEA paving type identified on Drawings 2.3 COLORS A. Concrete Colors: Provide cement, sand aggregate and colored admixture as required to match approved mockup. B. Specified Manufacturer: L. M. Scofield (800) 800-9900 or approved equal C. Curing Compound: Color to match integral colored concrete. 2.4 FORM MATERIALS A. Form Materials: Steel or wood, at Contractor's option, profiled to suit Project conditions, to the lines and grades shown on Drawings. 1. Lumber shall be S4S No. 2 or better Douglas fir. At straight forms, use 2x lumber. At curved forms, provide laminated 1 x lumber or plywood. 2. Soil forms are not permitted to form paving work. B. Formwork: Construct formwork to result in concrete formed the lines, profiles and grades shown on Drawings. Provide adequate bracing in conformance with the general material requirements of Section 03 1000 - Concrete Forms and Accessories. Soil forms shall not be used for Portland cement concrete paving. C. Headers and Stakes: Pressure preservative treated Douglas fir, 2x6 nominal sizes except at curves provide laminated 1x6. Use hot dipped galvanized nails only. 321315-6 November 17, 2015 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 2.5 REINFORCEMENT A. Reinforcement, General: As indicated on Civil Drawings and specified following. Off-site Work shall comply with Standard Specifications and Standard Details. B. Synthetic Fiber Reinforcement: Fibrillated polypropylene fibers engineered and designed for use in concrete pavement, complying with ASTM C 1116, Type III, %Z to 1-1/2 inches (13 to 38mm). Provide one of the following, or equal. 1. Axim Concrete Technologies; Fibrasol F, (800)-899-8795. 2. Euclid Chemical Company (The); Fiberstrand F. (800) 321-7628 3. FORTA Corporation; Forta. 4. Grace Construction Products, W.R. Grace& Co.; Grace Fibers. 5. SI Concrete Systems; Fibermesh. C. Steel Reinforcing Bars, On -Site Work: ASTM A 61 5, Grade 60 , unless otherwise indicated, deformed billet steel bars, clean and free from rust, scale and coatings that would reduce bond. Unless otherwise indicated on the Drawings, provide minimum No. 3 reinforcing bars at 18" on center each way. 1. Steel that will have less than 3" concrete cover, or be exposed to open air for more than 4 days after being placed in the form will be fully epoxy coated in accordance with ASTM 775, by a plant certified by the Concrete Reinforcing Steel Institute, or approved equal. D. Dowels: Smooth or deformed steel reinforcing bars, as indicated on the Drawings and to work with dowel sleeves specified below. 1. Steel that will have less than 3" concrete cover, or be exposed to open air for more than 4 days after being placed in the form will be fully epoxy coated in accordance with ASTM 775, by a plant certified by the Concrete Reinforcing Steel Institute. 2. Fiberglass dowels may be used as a substitute for dowels: Provide the following, or equal: a. Fiberdowel, as manufactured by RJD Industries, Laguna Hills, CA 92653 (800)344-4753, www.rjdindustries.com E. Dowel Sleeves: Speed Dowel slip -dowel system, as manufactured by Greenstreak, (800)325- 9504, or equivalent in accordance with the "or equal' provision specified in Section 01630 — Substitutions. 1. Sleeves shall be two-piece design, with sleeve to slip over smooth or deformed reinforcing bar and base plate to secure sleeve in form. 2. Sleeve materials shall be polypropylene plastic. F. Supports for Reinforcement: Wire -bar -type chairs, bolsters, bar supports and spacing devices, complying with CRSI Manual of Standard Practice, for spacing, supporting and fastening reinforcing bars and welded wire fabric in place. Provide size and shape as required for strength and support of reinforcement during reinforcement installation and concrete placement. G. Tie Wires: 18 gage minimum, black annealed steel. H. Reinforcement Fabrication: To required shapes and dimensions, in accordance with Standard Specifications 201-2 and 303-1.7.3. 2.6 NATURAL COLOR CONCRETE MATERIALS A. Concrete Materials, General: 1. Comply with Standard Specifications for site paving. November 17, 2015 321315-7 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 2. For exterior slabs on grade, such as trash enclosure slab, comply with requirements specified in Division 3 - Concrete. B. Portland Cement: ASTM C 150, Type V. C. Fine and Coarse Aggregates: ASTM C 33, clean, hard and durable. 1. Fine aggregates: Manufactured or natural sand. Fine aggregates shall be from single source and of like visual appearance. 2. Coarse aggregates: Size ranging from 3/8 -inch to 1/2 -inch. Coarse aggregates shall be from single source and of like visual appearance. D. Chemical Admixtures: ASTM C 49 4, types as follows. Admixtures which result in more than 0.1 percent of soluble chloride ions by weight of cement are prohibited. Use no admixtures not included in mix design. Admixtures used in integral -color concrete shall comply with requirements of manufacturer of color additive and finishing products. 1. Water Reducing: Type A. 2. Set Retarding: Type B. 3. Set Accelerating: Type C. 4. Water Reducing and Set Retarding: Type D. 5. Water Reducing and Set Accelerating: Type E. 6. High Range Water Reducing Type F and G. E. Curing Compounds for Natural Color Concrete: Non -staining, dissipating resin, conforming to ASTM C 309, Type 1, Class B, translucent, complying with applicable air quality (VOC) regulations. 1. W.R. Meadow's Sealtight 1100. 2. L&M Cure R, manufactured by L&M Construct ion Chemicals, or equal. F. Water: Clean and not detrimental to concrete. 2.7 INTEGRALLY COLORED CONCRETE MATERIALS A. Colored Admixture for Integrally Colored Concrete: CHROMIX® Admixtures for Color - Conditioned Concrete including CHROMIX P® Admixtures, CHROMIX ML® Admixtures or CHROMIX L® Admixtures; L. M. SCOFIELD COMPANY. 1. Admixture shall be a colored, water -reducing, admixture containing no calcium chloride with coloring agents that are limeproof and ultra -violet resistant. 2. Colored admixture shall conform to the requirements of ACI 303.1, ASTM C979, ASTM C494 and ASSHTO M194. 3. Raw pigments are not an equivalent and may not be substituted. B. Curing Compound for Integrally Colored Concrete: Curing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. 1. Exterior Integrally Colored Concrete: Exterior Integrally Colored Concrete: LITHOCHROME® ColorwaxTM;L. M. SCOFIELD COMPANY company. Use to cure exterior flatwork that will be allowed to cure naturally with only occasional maintenance. C. Curing and Sealing Compound: SCOFIELD Cureseal-W Semi -gloss and SCOFIELD Cureseal- S Matte; L.M. Scofield Company. Curing and sealing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. D. Substitutions; the use of products other than those specified will be considered providing that the Contractor requests its use in writing within 14 -days prior to bid date. This request shall be accompanied by the following: 321315-8 November -1-7,2015 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 3 A certificate of compliance from material manufacturer stating that proposed products meet or exceed requirements of this Section, including standards AC1303.1, ASTM C979, ASTM C494 and AASHTO M194. Documented proof that proposed materials have a 10 -year proven record of performance, confirmed by at least 5 local projects that Owner's Authorized Representative can examine. 2.8 CURING FOR INTEGRALLY COLORED CONCRETE A. Integrally Colored Concrete: Apply curing and sealing compound for integrally colored concrete according to manufacturer's instructions using manufacturer's recommended application techniques. Apply curing and sealing compound at consistent time for each pour to maintain close color consistency. B. Curing compound shall be same color as the colored concrete and supplied by same manufacturer of the colored admixture. C. Precautions shall be taken in hot weather to prevent plastic cracking resulting from excessively rapid drying at surface as described in CIP 5 Plastic Shrinkage Cracking published by the National Ready Mixed Concrete Association. D. Do not cover concrete with plastic sheeting. 2.9 ACCESSORY MATERIALS A. Form Release Compound: Debond Form Coating, manufactured by L&M Construction Chemicals, or equivalent product of another manufacturer in accordance with the "or equal" provision specified in Section 01630 — Options and Substitutions: B. Bonding Agent: One of the following, or equivalent product of another manufacturer in accordance with the "or equal" provision specified in Section 01630 — Options and Substitutions: 1. Everbond, manufactured by L&M Construction Chemicals. 2. Weldcrete, manufactured by Larsen Products Corporation. C. Expansion Joint Filler, Paving: Deck -O -Foam Expansion Joint Filler manufactured by W.R. Meadows, Inc. (local representative, Pomona, CA, (909)469 -2606 or (800)342-5976), or equivalent product of another manufacturer in accordance with the " or equal" provision specified in Section 01630 — Options and Substitutions, conforming to AASHTO-M-153 -84, Type 1 and Type 2, 1/2 -inch thick, compatible with joint sealing products. D. Top Surface Retardent (for Acid Wash Finish) - Top Cast Grade 03 Water Based Retardent by Grace Construction Products or approved equal. E. Top Surface Retardent (for Medium Sandblast Finish) - Top Cast Grade 15 Water Based Retardent by Grace Construction Products or approved equal. F. Top Surface Retardent (for Heavy Sandblast Finish) - Top Cast Grade 125 Water Based Retardent by Grace Construction Products or approved equal. G. Expansion Joint Sealant, Paving: Three -component urethane joint sealant, as specified in Section 07 9005 — Joint Sealers, color to match adjacent concrete color. Include sand for seeded sand finish. November 17, 2015 32 1315-9 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON ADDENDUM H. Acidic Cleaner: Manufacturer's standard acidic masonry restoration cleaner composed of hydrofluoric acid blended with other acids, detergents, wetting agents, and inhibitors. Acceptable products: 1. 80 1 Heavy Duty Masonry Cleaner by American Building Restoration Products, Inc. 2. 10 1 Masonry Restorer by Diedrich Technologies Inc. 3. Hydroclean Concrete Cleaner (HT -477) by Hydrochemical Techniques, Inc. 4. Price Heavy Duty Restoration Cleaner by Price Research, Ltd. 5. SureKlean Heavy -Duty Restoration Cleaner by ProSoCo. I. Joint Dowels: Plain Steel bars conforming to ASTM A36 and be free of any rust dirt, grease or oils. J. Speed Dowel: Provide as manufactured by Greenstreak Inc. 800.325-9504 two part speed dowel system comprised of a reusable base and a plastic sleeve. Both pieces shall be manufactured from polypropylene plastic. K. Set Retarders: Set retarder admixtures conforming to ASTM C494 added to concrete to delay concrete setting times in order to provide additional placement time and allow for vibration or compaction without negatively affecting ultimate concrete strength. 1. Acceptable Manufacturers: a. Grace Construction Products; Daratard® 17 Set Retarder; www.na.graceconstruction.com. b. Master Builders, Inc.; Pozzolith Retarder; www.masterbuilders.com. L. Shrinkage Reducers: Shrinkage reducing admixtures added to concrete to reduce concrete shrinkage and curling due to evaporation. 1. Acceptable Manufacturers: a. Grace Construction Products; Eclipse@; www.na.graceconstruction.com. b. Euclid Chemical; Eucon SRA; www.euclidchemical.com. M. Air Entrainments: Air entrainment admixtures conforming to ASTM C260 added to concrete to provide freeze -thaw resistance, yield control and additional workability of surface finish. 1. Acceptable Manufacturers: a. Grace Construction Products; Daravair; www.na.graceconstruction.com. b. Master Builders, Inc.; Micro -Air; www.masterbuilders.com. N. Water Reducers: Water reducing admixtures conforming to ASTM C494, Type A and D added to concrete to lower concrete water content to achieve greater plasticity and PSI strength. 1. Acceptable Manufacturers: a. Grace Construction Products; WRDAC; www.na.graceconstruction.com. b. Master Builders, Inc.; Micro -Air www.masterbuilders.com. 2.10 CONCRETE MIXES A. Concrete Mix and Delivery Requirements, General: Comply with requirements specified in Section 03 3000 - Cast in Place Concrete. B. Concrete Mix for Pedestrian (Sidewalk) Pavements, Natural Color: 1. Natural color concrete for paving on site: ASTM C 94 - Ready -Mixed Concrete, Alternative No. 2, minimum slump of 4 -inches, minimum 28 day compressive strength as indicated on Drawings or, if not indicated, 3250 psi. Special inspection is not required. C. Concrete mix design for integrally colored concrete 321315-10 November 17, 2015 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 3 1. Minimum Cement Content: 5 sacks per cubic yard of concrete. 2. Minimum 28 day compressive strength as indicated on Drawings or, if not indicated, 3250 psi. 3. Slump of concrete shall be consistent throughout Project at 4 -inches or less. At no time shall slump exceed 5 -inches. 4. Do not add calcium chloride to mix as it causes mottling and surface discoloration. 5. Supplemental admixtures shall not be used unless approved by manufacturer. 6. Do not add water to the mix in the field. 7. Add colored admixture to concrete mix according to manufacturer's written instructions. 2.11 FINE AGGREGATE (Washed Concrete Sand) A. Clean, hard, and durable washed concrete sand, conforming to ASTM C33. B. Use same fine aggregate from single source throughout duration of Project. 2.12 COARSE AGGREGATE A. Clean, hard, and durable coarse aggregate, conforming to ASTM C33. B. Use same coarse aggregate from single source throughout duration of Project. 2.13 SPECIALTY AGGREGATES A. Specialty aggregates will be supplied by CSEA Contractor. B. Specialty aggregates will be supplied by single source throughout duration of Project 2.14 PROPRIETARY PRODUCTS A. Patented CSEA Paving Installation requires additional proprietary products that vary based on the -installation technique in use. Contractor shall provide and use materials in accordance with the requirements of the licensed technique. PART 3 - EXECUTION 3.1 EXAMINATION A. Verification of Conditions: 1. Notify Owner's Authorized Representative 24 hours prior to commencement of placing concrete. 2. Excavations, formwork, reinforcement, aggregate base and embedded items shall be reviewed by Owner's Authorized Representative prior to placement of concrete. November 17, 2015 321315-11 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 3.2 PREPARATION A. Identification of Existing Conditions: Contractor shall take precautionary measures as necessary to protect all existing utilities, structures, landscaping and other improvements to remain where Work is performed. 1. Identify required lines, levels, contours and datum. 2. The Drawings do not purport to show all below grade conditions and objects on the site. 3. Identify above and below grade utilities. Contact serving utilities and contact Underground Service Alert (USA) at 800 /227-2600, to locate and mark existing underground utility lines on site. Coordinate marking with Utility Location Service for location of underground pipes. a. Notify USA at least 48 hours in advance of performing Work near underground utilities. b. Notify serving utilities to terminate, remove and relocate utilities as necessary. C. Maintain and protect existing utilities remaining in Work area. d. Mark paving and install stakes and flags in unpaved locations to indicate presence and characteristics of existing utilities. 4. Should utilities and other below -grade conditions be encountered which adversely affect the Work, discontinue affected Work and notify Owner's Authorized Representative for direction. Unforeseen conditions will be resolved in accordance with provisions of the Conditions of the Contract. 5. Should a utility line or structure be damaged, immediately notify the responsible utility company or agency and notify Owner and Owner's Authorized Representative. a. Repair or replace all damaged utility lines and structures as directed by the responsible utility company or agency. b. Repair or replacement of damaged utility lines and structures whose location or existence has been made known to the Contractor shall be at no change in Contract Time and Contract Price. C. Encounters with unknown utility lines and structures shall be governed by the provisions of the General Conditions of the Contract. B. Protection: Protect streets, roads, sidewalks, drainage channels, adjacent property, designated trees, and other existing improvements to remain. Refer to general requirements specified in Section 01500 — Construction Facilities and Temporary Controls. 1. Erect and maintain temporary barriers and take other protective measures to prevent spread of debris, to provide for continued use of adjacent properties and to protect existing construction which is not indicated to be altered. 2. Review location and type of construction of temporary barriers with Owner. 3. Barriers shall control dust, debris and provide protection f or persons occupying and using adjacent facilities. 4. Maintain protected egress and access at all times, in accordance with requirements of authorities having jurisdiction. 3.3 SUB -BASE AND AGGREGATE BASE PLACEMENT A. Sub -Base Preparation and Aggregate Base Placement, General: As specified in Section 300 of the Standard Specifications. 1. Fine grading, checking, shaping, and compacting of subgrade shall be complete before start of CSEA paving Work. 2. Refer to Geotechnical Investigation Report for Marina Park Project, Newport Beach, California, prepared by TerraCosta Consulting Group, Inc and dated October 18, 2013: - Geotechnical Data and notes on Contract Drawings for minimum compaction required for sub -base and base. 321315-12 November 17, 2015 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON ADDENDUM B. Sub -Base Preparation: Prepare subgrade in compliance with Standard Specifications, Section 301-1 and as specified in Section 02 3100 - Earthwork. Prepare and place sub -base, if indicated on the Drawings, in compliance with Section 301 - Treated Soils, in the Standard Specifications. C. Aggregate Base Placement: Where indicated, place and compact aggregate base material in accordance with Standard Specifications, Subsection 301-2. Base shall be in place and properly compacted before start of Portland Cement Concrete Work. D. Place and compact aggregate base at locations indicated on the Drawings. E. Curbs and Gutters: Schedule Portland cement concrete curbs and gutters to be in place and cured prior to start of adjoining asphaltic concrete and CSEA paving Work. F. Moisture Conditioning: Moisten base to minimize absorption of water from fresh concrete. Do not place concrete on standing water. 3.4 FORMING A. Concrete Formwork Construction: Comply with Standard Specifications and the following. 1. Forming material in contact with finished face of concrete shall be in like -new condition. 2. Construct formwork accurately and to configurations and dimensions indicated for finish concrete Work. 3. Formwork shall be substantial, mortar -tight and braced to maintain position and shape during placement of reinforcing and concrete. 4. Hold forms rigidly in place by stakes, clamps, spreaders and braces where required to ensure rigidity. 5. Construct curb forms wit h smooth side placed next to exposed concrete face. 6. Curb forms shall have true, smooth upper edge. 7. Depth of curb forms at back of curbs shall be equal to full depth of curb. 8. Depth of face forms shall be equal to full face height of curb. 9. Benders or thin plank forms may be used to form curves and at grade changes and curb returns. 10. Back forms for curb returns may be made of 1 /2 -inch thick benders cleated together for full depth of the curb. 11. Formwork shall not deviate more than 1/8 -inch from required posit ions and levels. 12. Verify formwork alignment and levels as Work proceeds, promptly making adjustments and adding bracing as necessary. 13. Construct and assemble formwork to permit easy stripping and dismantling without damage to concrete. Locate joints at acceptable locations. 14. Benders or thin plank forms may be used to form curves and at grade changes. 15. Place embedded joint filler in position, vertically and in straight lines. Secure joint filler to formwork during concrete placement. B. Surfaces and Edges: Except where special finishes and tooled edges are indicated, provide all exposed finish surfaces of dense concrete with sharp arises and out side corners. C. Recesses and Openings: As indicated on Drawings or as directed. D. Formwork Removal: Remove forms without damaging concrete. 1. Remove the form on the front of curbs in not less than one hour nor more than 6 hours after the concrete has been placed. 2. Remove side forms for sidewalks, gutter depressions, island paving and driveways, not less than 12 hours after the finishing has been completed. November 17, 2015 321315-13 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 3.5 REINFORCEMENT A. Unless otherwise indicated on Drawings or in Standard Specifications, provide concrete cover in compliance with ACI 318. 1. Place, support and secure reinforcement against displacement. B. Reinforcement Spacing: Space reinforcement as indicated on Civil Drawings or and per Paragraph 2.5. If not otherwise indicated, maintain clear spacing of two times bar diameter but not less than 1-1/2 inches, nor less than 1-1/3 times maximum size aggregate. C. Coordination: Locate reinforcement to accommodate embedded products and formed openings and recesses. D. Reinforcement Supports: Provide load bearing pads under supports or provide precast concrete block bar supports. E. Dowels: Secure tie dowels in place in plastic dowel sleeves before depositing concrete. Provide No. 3 bars for securing dowels w here no other reinforcement is provided. F. Special Requirements for epoxy coated bar 1. Store coated and uncoated bar separately. 2. Use care in handling and placement to avoid damage to the coating, 3. Bar support and spacers to be non-conductive or plastic. 4. Use coated wire ties. 5. Inspect prior to pour and repair damaged coating with 2 part coating per manufacturer's recommendation. 6. Use plastic headed vibrators or other non metal tools to consolidate concrete. 3.6 COORDINATION WITH EXISTING CONSTRUCTION A. Connection to Existing Construction: Provide expansion joints at intersection of new concrete and existing concrete paving. Dowel new concrete to existing construction. Drill holes in existing concrete, insert steel dowels and pack with non -shrinking grout. B. Preparation of Existing Concrete: Prepare previously placed concrete by cleaning with steel brush and apply bonding agent in accordance with manufacturer's instructions. Omit bonding agent where expansion joint occurs. 3.7 CONSTRUCTION JOINTS A. Joints, General: Locate joints and score lines dimensionally in relationship to contiguous building and site construction. See Landscape Drawings for primary joint layout, Civil and Architectural drawings for supplemental joint locations. B. Isolation Joints: 1. Install isolation joints and caulking under Section 07 9005 — Concrete Pavement Joint Sealants. 2. Provide isolation joints at intersections of concrete paving & curbs and gutters with building walls, foundations, retaining walls and similar cast -in-place concrete elements. 3. Install continuous expansion joint filler full depth at construction joints and at vertical surfaces. Remove top portion of joint filler and apply joint sealant. 4. Place expansion control filler to correct elevation and profile. C. Expansion Joints: Unless otherwise indicated, provide expansion (contraction) joints as indicated on the Drawings but not greater than 25 feet on centers for flatwork and 25 feet on 321315-14 November 17, 2015 Concrete Paving With Exposed Specialty Aggregate 1511 STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 3 centers for curbs. Extend joint entirely through slabs and curbs. Premolded plastic joints will not be acceptable. Comply also with the following: 1. Coordinate locations to align expansion joints in adjoining concrete walks, curbs, gutters and other exterior flatwork. 2. Provide expansion joints at construction (cold) joints. 3. Provide expansion joints at beginning and end of all curved segments. 4. Lay out expansion joint locations to occur where possible at penetrations such as handrail posts and columns. 5. Break reinforcing steel at expansion joints only and provide slip dowel joints 6. Install continuous expansion joint filler full depth at construction joints and at vertical surfaces. Remove top portion of joint filler and apply joint sealant. 7. Place expansion control filler to correct elevation and profile. 8. Tool exposed edges. 9. Align curb, gutter, and sidewalk joints. D. Joint Filler: Place expansion control filler to correct elevation and profile, as indicated on Drawings. 1. Where joint is indicated to receive joint sealer, recess top of filler 1/2 -inch. 2. Where joint is not indicated to receive joint sealer, place top of filler slightly recessed from finished concrete surface. 3. Refer to Landscape Drawings for additional information and expansion joint locations. E. E. Joint Sealer: Install joint sealer after concrete placement, finishing and curing as specified in Section 07 9005 - Joint Sealers. Include seeded sand finish. 1. Refer to ACI 302 "Guide for Concrete Floor and Slab Construction" for work under this section. F. Control Joints, Construction Joints, and Decorative Sawcuts: 1. Saw cut Control and construction joints in locations, evenly spaced as indicated on the Drawings but not to exceed 16 feet on center maximum. If joints locations are not indicated, provide control joints as directed and in compliance with the following: a. Lay out control joint locations to occur at penetrations such_as handrail posts and columns and where shown on Drawings. b. Coordinate control joint locations to align with expansion joints in adjoining concrete walks, curbs, gutters and other exterior flatwork. 2. Perform jointing with a new diamond tip circular saw. 3. Joint Width: 3/16 -inch. Do not exceed 3/16 -inch in width. 4. Saw cut Depth: a. Control Joints: Cut joints as to depth indicated on the Drawings. b. Decorative Saw cut Joints: '/ inch. 5. Saw cut joints in a straight line with no over cutting at intersections. 6. Use a hand grinder with a 4 -inch diamond blade to saw cut up to vertical edges such as walls, steps, curbs and columns. Do not over cut into vertical surfaces or adjacent concrete. 7. Location of Construction Shall coincide with expansion joints to maintain even color for large fields and bands, consistent with the extent of work to be performed in a single day. G. Dowelling 1. Provide Slip Dowelling at all expansion joints. 3.8 CONCRETE MIX November 17, 2015 321315-15 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 3 A. Proportion cement, fine aggregate, coarse aggregate, color pigment, admixtures and water to attain required plasticity and strength in accordance with current ACI recommendations. B. Ensure that concrete mixes are designed by a qualified concrete batch plant using standard concrete materials to obtain specified compressive strength. C. Concrete Mix Performance Criteria: 1. Slump: a. Maximum: 5 -inches. b. Minimum: 3 -inches. 2. Minimum PSI rating at 28 days: 3,250 PSI. 3. Cement: a. Typ: As noted on Drawings. b. b. Quantity per cubic yard of concrete mix: 1) Minimum: 6 sacks. 2) Maximum: 7'/ sacks. 4. Water/Cement (w/c) ratio: Between 0.55 — 0.65. 5. Fine Aggregate: a. No more than 70% fine aggregate. 6. Coarse Aggregate: a. No less than 30% coarse aggregate. b. Unless specified on Drawings, use only 3/8" pea gravel. 7. Admixtures: a. Air entrainment: Do not exceed 2% unless required by concrete batch plant engineer. b. Shrinkage Reducing: Do not exceed 2% of cement weight. 8. Fly Ash: a. Do not exceed 20% of cement weight, unless approved by Engineer. b. Unless specifically required on Drawings, use fly ash when installing ASR -reactive CSEA aggregates such as glass and other silica -based aggregates. C. Prior to beginning concrete operations obtain approval by Owner's Authorized Representative if CSEA Contactor believes use, of fly ash is deemed necessary due to ASR (aka Alkali Silica Reaction) concerns. This requirement is necessary due to the possibility that successive concrete pours may be subtly different in appearance due to the addition of fly ash. 9. Accelerators: Use accelerators with caution and do not use calcium chloride -based accelerators due to potential of reinforcing steel to corrosion. 10. Concrete Delivery: Do not use concrete loads that have exceeding 90 minutes from time of batching to jobsite delivery. 11. Confirm in writing that concrete batch plant has guaranteed that they have single - sourced their cement, fine aggregate, and coarse aggregates for each paving type specified on Drawings for entire duration of this project. 3.9 CONCRETE MIXING, CONVEYING AND PLACEMENT A. Mixing: Comply with Standard Specifications, Subsection 2 01-1.4. If batch plant is within travel time not exceeding maximum limits, transit mix concrete in accordance with ASTM C 94. If travel time exceeds limits, provide alternative means for mixing and submit for review and approval. B. Concrete Conveying and Placement: Convey and place concrete between predetermined construction joints, in accordance with ACI 30 1, ACI 30 4 and Standard Specifications Subsection 20 1-1.5 and Subsection 3 02-6.3. Place concrete continuously between predetermined construction joints. 1. Hot Weather Placement: Comply also with ACI 305. 321315-16 November 17, 2015 Concrete Paving With Exposed Specialty Aggregate 151' STREET/BALBOA BLVD. REVITALIZATON ADDENDUM Cold Weather Placement: Comply also with ACI 306. C. Concrete Consolidation: Comply with ACI 304. D. Protection: Ensure that reinforcement, embedded products, joint fillers and joint devices are not disturbed during concrete placement. 3.10 CONCRETE PAVING FINISHING AND CURING A. Concrete Paving, General: Provide Portland cement concrete paving with smooth and textured surfaces, at exterior paving locations as indicated on Landscape Drawings. Unless otherwise indicated, provide natural grey color concrete and acid wash finish. Paving to be finished per Paving Schedule, as shown on the Plans. B. Tooled Edges: Rounded, minimum 1 /8 -inch and maximum 3/16 -inch radius, at all edges of Portland cement concrete paving unless specifically noted otherwise. 3.11 SPECIALTY AGGREGATE PLACEMENT A. Place and expose aggregate according to licensed and approved method of placing CSEA. 3.12 FIELD QUALITY CONTROL A. Request review by Owner's Authorized Representative for each of the following: 1. Subgrade preparation. 2. Layout of formwork. 3. Reinforcement installation. 4. Control and decorative joints layout, including joints in curbs. 3.13 CURING AND SEALING OF CSEA PAVING A. Curing of CSEA Concrete: Apply curing compound immediately after finishing. .Comply with manufacturer's instructions and recommendations. 1. Concrete Curing at Natural Color Paving, Curbs and Gutters: Apply curing compound immediately after finishing. Comply with manufacturer's instructions and recommendations and Standard Specifications. 2. Concrete Curing at Exterior Slabs on Grade: Moist cured by sheet method, as specified in Section 03 3000 — Cast -in -Place Concrete. 3. Curing procedure shall not cause loss of adhesion of exposed aggregate. B. Concrete Sealer Application: Apply specified concrete sealer in continuous operation in accordance with manufacturer's instructions and recommendations. 1. Prior to starting application, protect adjoining Work, including sealant bond surfaces, from spillage or blow -over of concrete sealer. a. Cover adjoining and nearby surfaces of aluminum and glass where there is the possibility of the concrete sealer being deposited on surfaces. b. Cover live plants and grass. C. Immediately clean concrete sealer from adjoining surfaces, complying with manufacturer's cleaning recommendations. 2. Apply concrete sealer under temperature conditions according to manufacturer's instructions. 3. Apply concrete sealer in light, even coats using garden sprayer, airless sprayer or paint brush. November 17, 2015 321315-17 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 4. Apply concrete sealer at rate to suit porosity of Portland cement concrete but not less than nor more than coverage rates recommended by manufacturer for effective sealing of surface. 3.14 ABRASIVE BLAST FINISHES A. Abrasive Blast Finishes at Concrete Paving: (Alternate Method) ACI 301, two-step trowel finish to dense, smooth surface, free of trowel marks and other blemishes. 1. After curing, mask areas not indicated to receive abrasive blast finish. 2. Perform abrasive blasting no sooner than 28 days after placement of each concrete section. 3. Use backup boards to maintain uniform edges and corners. 4. Use abrasive grit of suitable type and gradation to remove surrounding matrix and expose aggregate. 5. Provide blast finishes matching reviewed samples. a. Medium abrasive blast: Evenly blast uncovered areas to expose fine aggregate with occasional exposure of coarse aggregate and uniform color. Maximum reveal shall be 1/16 -inch (1.5 mm). 6. Perform abrasive blasting as continuous operation, utilizing same crew of workers, to maintain consistency. Use same nozzle, nozzle pressure and blasting technique as used for sample panel. Finish shall be uniform in color and texture. 7. Maintain control over abrasive grit and concrete dust. Provide covers and barriers as necessary to prevent dust from soiling and contaminating surrounding areas. 8. Remove all expended abrasive grit and concrete dust at the end of each work period, and dispose legally and properly off site. 9. After abrasive blasting, wash surface with specified concrete cleaner. 10. Abrasive blasted areas shall have static coefficients of friction of not less than 1.4 to 1.6 (dry) and 1 2 to 1 4 (wet) when field tested in accordance with ASTM C 1028. 3.15 TOLERANCES AND TESTS A. Exterior Concrete Tolerance: ACI 301, Class B, 1/4 -inch in 10 _feet, except Work in public rights-of-way shall comply with Standard Specifications. B. Drainage Test: After concrete has thoroughly cured, flood test all paving to demonstrate positive drainage. No standing water shall remain 1 -hour after test. 3.16 ADJUSTMENTS A. Adjustments: Remove concrete paving that is defective. Defective concrete shall be concrete determined by Owner's Authorized Representative to be damaged, marred, stained, not true to line and plane, not properly finished, cracked, not pitched to properly drain and exposed voids (honeycomb). 1. Sacking of concrete voids will not be acceptable. 2. Remove defective concrete from expansion (contraction) joint to expansion (contraction) joint. 3. Reconstruct removed concrete paving in compliance with specified requirements. 4. Reconstructed concrete shall be indistinguishable from other Work. 3.17 PROTECTION A. Protection During Curing: Protect concrete from premature drying, excessive hot or cold temperatures, and mechanical injury. 321315-18 November 17, 2015 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON ADDENDUM B. Protection from Traffic and Mechanical Damage: Protect paving from soiling, chipping, marring and cracking due to construction activities subsequent to placing, finishing and curing Portland cement concrete paving. Refer to requirements for protection of completed Work specified in Section 01 6100 -Product Handling. 1. The Contractor shall not open street improvements to vehicular use until Concrete Paving 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. 2. Prohibit all vehicular traffic across pedestrian paving unless suitable base and reinforcement have been added. 3. Provide lumber ramping and plywood covering where curbs and gutters are subject to vehicular and equipment traffic during construction. 3.18 CLEANING A. Cleaning: Apply cleaning solution to all finish concrete paving to remove cement haze and expose clean concrete. Comply with manufacturer's instructions and recommendations and applicable industrial safety regulations. 1. Perform cleaning in multiple washes, to achieve finish to match reviewed mock-ups. 2. Provide solution containment and disposal in compliance with applicable environmental protection regulations. B. Cleaning, Control Joints: Clean by compressed air or by abrasive blasting as necessary to remove excess concrete. C. Patching: No patching will be acceptable. Remove defective concrete as specified above for damaged concrete. END OF SECTION November 17, 2015 321315-19 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON ADDENDUM 3L -I 3 -1:) - ZU November 17, 2015 Concrete Paving With Exposed Specialty Aggregate 15th STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM 3 SECTION 32 14 1319 PERMEABLE INTERLOCKING CONCRETE PAVEMENT PART GENERAL 1.01 SUMMARY A. Section Includes 1. Permeable interlocking concrete pavers. 2. Crushed stone bedding material. 3. Bedding and joint/opening filler materials. 4. Edge restraints. 5. Geotextiles. B. Related Sections 1. Standard Specifications — Section 300 Earthwork 2. Section 07 9005 — Joint Sealants 1.02 REFERENCES A. American Society for Testing and Materials (ASTM) 1. C 131, Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 2. C 136, Method for Sieve Analysis for Fine and Coarse Aggregate. 3. C 140, Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units. 4. D 448, Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 5. C 936, Standard Specification for Solid Interlocking Concrete Pavers. 6. C 979, Specification for Pigments for Integrally Colored Concrete. 7. D 698, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 5.5 -Ib (2.49 kg) Rammer and 12 in. (305 mm) drop. 8. D 1557, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 10 -Ib (4.54 kg) Rammer and 18 in. (457 mm) drop. 9. D 1883, Test Method for California Bearing Ratio of Laboratory -Compacted Soils. 10. D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate In -Place by Nuclear Methods (Shallow Depth). 11. D 4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density. B. Interlocking Concrete Pavement Institute (ICPI) 1. Permeable Interlocking Concrete Pavement manual. 2. Permeable Design Pro software for hydrologic and structural design 1.03 SUBMITTALS A. In accordance with Conditions of the Contract and Division 1 Submittal Procedures Section. B. Paver manufacturer's/installation subcontractor's drawings and details: Indicate perimeter conditions, junction with other materials, expansion and control joints, paver layout, installation and setting details. Indicate layout, pattern and relationship of paving joints to fixtures, and project formed details. C. Minimum 3 Ib (2 kg) samples of subbase, base and bedding aggregate materials. D. Sieve analysis of aggregates for subbase, base and bedding materials per ASTM C 136. November 17, 2015 APPENDIX B - 32 1413 19- 1 Permeable Interlocking Concrete Pavement 151h STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM E. Project specific or producer/manufacturer source test results for void ratio and bulk density of the base and subbase aggregates. F. Soils report indicating density test reports, classification, and infiltration rate measured on-site under compacted conditions, and suitability for the intended project. G. Erosion and sediment control plan. H. Permeable concrete pavers: 1. Paver manufacturer's catalog sheets with product specifications. 2. Four representative full-size samples of each paver type, thickness, color, and finish. Submit samples indicating the range of color expected in the finished installation. 3. Accepted samples become the standard of acceptance for the work of this Section. 4. Laboratory test reports certifying compliance of the concrete pavers with ASTM C 936. 5. Manufacturer's certification of concrete pavers by ICPI as having met applicable ASTM standards. 6. Manufacturers' material safety data sheets for the safe handling of the specified paving materials and other products specified herein. 7. Paver manufacturer's written quality control procedures including representative samples of production record keeping that ensure conformance of paving products to the product specifications. Paver Installation Subcontractor: Demonstrate that job foremen on the project have a current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. Job references from projects of a similar size and complexity. Provide Engineer names, postal address, phone, fax, and email address. Written Method Statement and Quality Control Plan that describes material staging and flow, paving direction and installation procedures, including representative reporting forms that ensure conformance to the project specifications. 1.04 QUALITY ASSURANCE A. Paver Installation Subcontractor Qualifications: 1. Utilize an installer having successfully completed concrete paver installation similar in design, material and extent indicated on this project. 2. Utilize an installer with job foremen holding a current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. B. Review the manufacturers' quality control plan, paver installation subcontractor's Method Statement and Quality Control Plan with a pre -construction meeting of representatives from the manufacturer, paver installation subcontractor, general contractor, engineer and/or owner's representative. C. Mock -Ups: 1. Install a 4 ft x 4 ft paver area. 2. Use this area to determine surcharge of the bedding layer, joint sizes, and lines, laying pattern, color and texture of the job. 3. This area will be used as the standard by which the work will be judged. 4. Subject to acceptance by owner, mock-up may be retained as part of finished work. 5. If mock-up is not retained, remove and properly dispose of mock-up. 1.05 DELIVERY, STORAGE, AND HANDLING A. General: Comply with Division 1 Product Requirement Section. B. Comply with manufacturer's ordering instructions and lead-time requirements to avoid APPENDIX B -32 1413 19 - 2 November 17, 2015 Permeable Interlocking Concrete Pavement 15th STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM construction delays. C. Delivery: Deliver materials in manufacturer's original, unopened, undamaged container packaging with identification tags intact on each paver bundle. 1. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. 2. Deliver concrete pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by forklift or clamp lift. 3. Unload pavers at job site in such a manner that no damage occurs to the product or existing construction D Storage and Protection: Store materials in protected area such that they are kept free from mud, dirt, and other foreign materials. 1.06 MAINTENANCE A. Extra materials: Provide additional material for use by owner for maintenance and repair. B. Pavers shall be from the same production run as installed materials. PART 2 PRODUCTS A. Manufacturer: Acker -Stone Industries —13296 Temescal Canyon Rd., Corona, CA 92883 1. Contact: Mike Millard 949-241-6669, Or Approval Equal. B. Permeable Interlocking Concrete Paver Units: 1. Paver Type: Aqua -Via Series a. Material Standard: Comply with ASTM C 936. b. Color [and finish]: Catina Blend. TM Grind. c. Color Pigment Material Standard: Comply with ASTM C 979. d. Size: [4 3/8.] inches [({80.)mm)] x [8 %J inches 2.02 PRODUCT SUBSTITUTIONS A. Substitutions: Permitted for gradations for crushed stone jointing material, base and subbase materials. Base and subbase materials shall have a minimum 0.32 void ratio. All substitutions shall be approved in writing by the project engineer. 2.03 CRUSHED STONE FILLER, BEDDING, BASE AND SUBBASE A. Crushed stone with 90% fractured faces, LA Abrasion < 40 per ASTM C 131, minimum CBR of 80% per ASTM D 1883. B. Do not use rounded river gravel for vehicular applications. C. All stone materials shall be washed with less than 1 % passing the No. 200 sieve. D. Joint/opening filler, bedding, base and subbase: conforming to ASTM D 448 gradation as shown in Tables 1, 2 and 3 below: E. No. 89 or No. 9 stone may be used to fill pavers with narrow joints. Table 1 ASTM No. 8 Grading Requirements Bedding and Joint/Opening Filler Sieve Size Percent Passing 12.5 mm (1/2 in.) 100 November 17, 2015 APPENDIX B - 32 1413 19- 3 Permeable Interlocking Concrete Pavement 151" STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM 9.5 mm (3/8 in.) 85 to 100 4.75 mm (No. 4) 10 to 30 2.36 mm (No. 8) 0 to 10 1.16 mm (No. 16) 0 to 5 Table 2 Percent Passing ASTM No. 57 Base 100 Grading Requirements 90 to 100 Sieve Size Percent Passing 37.5 mm (1 1/2 in.) 100 25 mm (1 in.) 95 to 100 12.5 mm (1/2 in.) 25 to 60 4.75 mm (No. 4) 0 to 10 2.36 mm (No. 8) 0 to 5 Table 3 Grading Requirement for ASTM No. 2 Subbase Sieve Size Percent Passing 75 mm (3 in.) 100 63 mm (2 1/2 in.) 90 to 100 50 mm (2 in.) 35 to 70 37.5 mm (1 1/2 in.) 0 to 15 19 mm (3/4 in.) 0 to 5 2.04 ACCESSORIES A. Provide accessory materials as follows: 1. Geotextile Fabric: a. Material Type and Description: b. Material Standard: c. Manufacturer: PART 3 EXECUTION 3.01 EXAMINATION A. Acceptance of Site Verification of Conditions: 1. General Contractor shall inspect, accept and certify in writing to the paver installation subcontractor that site conditions meet specifications for the following items prior to installation of interlocking concrete pavers. a. Verify that subgrade preparation, compacted density and elevations conform to specified requirements. b. Provide written density test results for soil subgrade to the Owner, General Contractor and paver installation subcontractor. c. Verify location, type, and elevations of edge restraints, [concrete collars around] utility structures, and drainage pipes and inlets. 2. Do not proceed with installation of bedding and interlocking concrete pavers until subgrade soil conditions are corrected by the General Contractor or designated subcontractor. APPENDIX B -32 1413 19 - 4 November 17, 2015 Permeable Interlocking Concrete Pavement 1511 STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM 3.02 PREPARATION A. Verify that the soil subgrade is free from standing water. B. Stockpile joint/opening filler, base and subbase materials such that they are free from standing water, uniformly graded, free of any organic material or sediment, debris, and ready for placement. C. Edge Restraint Preparation: 1. Install edge restraints per the drawings, at the indicated elevations. 3.03 INSTALLATION A. General 1. Any excess thickness of soil applied over the excavated soil subgrade to trap sediment from adjacent construction activities shall be removed before application of the [geotextile] and subbase materials. 2. Keep area where pavement is to be constructed free from sediment during entire job. [Geotextiles] Base and bedding materials contaminated with sediment shall be removed and replaced with clean materials. 3. Do not damage drainpipes, overflow pipes, observation wells, or any inlets and other drainage appurtenances during installation. Report any damage immediately to the project engineer. B. Geotextiles 1. Place on top and sides of soil subgrade. Secure in place to prevent wrinkling from vehicle tires and tracks. 2. Overlap a minimum of [0.3 m (12 in.)] in the direction of drainage. C. Open -graded subbase and base 1. Moisten, spread and compact the No. 2 subbase in 4 to 6 in. (100 to 150 mm) lifts [without wrinkling or folding the geotextile. Place subbase to protect geotextile from wrinkling under equipment tires and tracks.] 2. For each lift, make at least two passes in the vibratory mode then at least two in the static mode with a minimum 10 t (10 T) vibratory roller until there is no visible movement of the No. 2 stone. Do not crush aggregate with the roller. 3. The surface tolerance of the compacted No. 2 subbase shall be t2 1/2 in. (t 65mm) over a 10 ft (3 m) straightedge. 4. Moisten, spread and compact the No. 57 base layer in one 4 in. (100 mm) thick lift. On this layer, make at least two passes in the vibratory mode then at least two in the static mode with a minimum 10 t (10 T) vibratory roller until there is no visible movement of the No. 2 stone. Do not crush aggregate with the roller. 5. Use part of the compacted base area as a control strip for density testing. a. The [Testing Company] shall supply nuclear moisture/density gauges and ancillary equipment required to conduct density and moisture content measurements for compaction of the No. 57 aggregate drainage layer. Qualified testing laboratory operators/gauges may conduct compaction testing. Each gauge operator shall be trained in the safe operation, transportation and handling of the gauge. The registered owner of the gauge shall have and maintain a valid Radioisotope License for each gauge. November 17, 2015 APPENDIX B - 32 1413 19- 5 Permeable Interlocking Concrete Pavement 15"' STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM b. Each gauge shall have been calibrated within the last 12 months, either by the manufacturer or other qualified agent, against certified density and moisture reference blocks. The density standard count and the moisture standard count shall be within 2 percent and 4 percent respectively, of the most recent calibration values. A certificate of calibration for each gauge shall accompany each gauge. 6. Target Density a. Determine a target density on the control strip during under the following conditions: (1) after initial placement and compaction of the base aggregate layer (2) when there is a perceptible change in the appearance or gradation of the aggregate, (3) when there is a change in the source of aggregate. b. Test field density according to ASTM D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate In -Place by Nuclear Methods (shallow Depth). Field density tests shall be performed on compacted base materials to determine within acceptable limits of a target density. 7. Control Strip The Testing Company shall construct a control strip for the determination of a target density consisting of a single uniform lift as specified in the contract documents, but not more than 4 in. (100 mm) thick and covering approximately 600 yd2 (500 mz) in area. No testing shall be performed within 10 ft (3 m) from any unrestrained outside edge of the work area. The control strip may be incorporated into the project upon acceptance of density measurements by the Testing Company. b. During construction of the control strip, the surface of the aggregate shall be visibly moist and maintained as such throughout construction and compaction. After initial placement of the aggregate base material, the compaction equipment shall make two passes over the entire surface of the control strip. Field densities and field moisture contents, using the backscatter/indirect method, shall be determined at five randomly selected locations at least 15 ft (5 m) apart. The dry density and moisture content shall be calculated for each of these locations and the averages shall be used as initial values. The maximum compacted thickness of the aggregate base layer measured for density shall be 4 in. (100 mm). d. The compaction equipment shall then make two additional passes over the entire surface of the control strip. After compaction, three separate, random field density and moisture content determinations shall be made, using the backscatter/indirect method, and a new average dry density and moisture content shall be calculated. If the new average dry density exceeds the previous value by more than 1.2 pcf (20 kg/m3) then two additional passes of the equipment shall be carried out as described above. If the new average dry density does not exceed the previous value by more APPENDIX B -32 1413 19 - 6 November 17, 2015 Permeable Interlocking Concrete Pavement 151' STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM 3 than 1.2 pcf (20 kg/m3), then compaction of the control strip will be considered satisfactory and complete. f. Upon satisfactory completion of the control strip, an additional seven (7) field density and moisture tests, using the backscatter/indirect method, shall be taken at random locations and the dry density and moisture content values shall be determined. The final dry density and moisture content of the control strip shall be the average of these seven values plus the three most recent values obtained upon completion. 8. Compaction Equipment a. Use vibrating equipment in accordance with the paver manufacturer's recommendations. 9. Test Report a. The test report shall include the following: 1) Project description. 2) Sketch of test area and test locations. 3) Aggregate type and layer thicknesses. 4) Aggregate characteristic properties: gradation, void ratio, bulk density. 5) Compaction equipment type and weight. 6) Static or vibratory compaction. 7) Number of passes of the compaction equipment. 8) Test number and location. 9) Individual and average field wet density, moisture content, and dry density values determined after each compaction operation in accordance with ASTM D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate In -Place by Nuclear Methods (Shallow Depth). 10) Calculation of target density. D. The surface tolerance the compacted No. 57 base should not deviate more than. ±1 in. (25 mm) over a 10 ft (3 m) straightedge. E. Bedding layer 1. Moisten, spread and screed the No. 8 stone bedding material. 2. Fill voids left by removed screed rails with No. 8 stone. 3. The surface tolerance of the screeded No. 8 bedding layer shall be ±3/8 in (10 mm) over a 10 ft (3 m) straightedge. 4. Do not subject screeded bedding material to any pedestrian or vehicular traffic before paving unit installation begins. F. Permeable interlocking concrete pavers and joint/opening fill material 1. Lay the paving units in the pattern(s) and joint widths shown on the drawings. Maintain straight pattern lines. 2. Fill gaps at the edges of the paved area with cut units. Cut pavers subject to tire traffic shall be no smaller than 1/3 of a whole unit. 3. Cut pavers and place along the edges with a [double -bladed splitter or] masonry saw. 4. Fill the openings and joints with Washed ASTM No.89 or No.9 Stone. 5. Remove excess aggregate on the surface by sweeping pavers clean. 6 Compact and seat the pavers into the bedding material using a low -amplitude, 75 - November 17, 2015 APPENDIX B - 32 1413 19- 7 Permeable Interlocking Concrete Pavement 15th STREET/ BALBOA BLVD. REVITALIZATION ADDENDUM 90 Hz plate compactor capable of at least 5,000 Ibf (22 kN) centrifugal compaction force. This will require at least two passes with the plate compactor. 7. Do not compact within 6 ft (2 m) of the unrestrained edges of the paving units. 8. Apply additional aggregate to the openings and joints if needed, filling them completely. Remove excess aggregate by sweeping then compact the pavers. This will require at least two passes with the plate compactor. 9. All pavers within 6 ft (2 m) of the laying face must be left fully compacted at the completion of each day. 10. The final surface tolerance of compacted pavers shall not deviate more than t3/8 (10 mm) under a 10 ft (3 m) long straightedge. 11. The surface elevation of pavers shall be 1/8 to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. 3.05 FIELD QUALITY CONTROL A. After sweeping the surface clean, check final elevations for conformance to the drawings. B. Lippage: No greater than 1/8 in. (3 mm) difference in height between adjacent pavers. C. The surface elevation of pavers shall be 1/8 to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. D. Bond lines for paver courses: t'/ in. (t15 mm) over a 50 ft (15 m) string line. 3.06 PROTECTION A. After work in this section is complete, the General Contractor shall be responsible for protecting work from sediment deposition and damage due to subsequent construction activity on the site. B. PICP installation contractor shall return to site after 6 months from the completion of the work and provide the following as required: fill paver joints with stones, replace broken or cracked pavers, and re -level settled pavers to initial elevations. Any additional work shall be considered part of original bid price and with no additional compensation. END OF SECTION APPENDIX B -32 1413 19 - 8 November 17, 2015 Permeable Interlocking Concrete Pavement City of Newport Beach Contract No. 6341 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: GMC Engineering, Inc Business Address: 1401 Warner Ave _ , Ste R, TnGti n , CA A27Rn Telephone and Fax Number: (714)247-1040 (714)247-1041 California State Contractor's License No. and Class: 739091 A,B (REQUIRED AT TIME OF AWARD) Original Date Issued: 8/11/1997 Expiration Date: 8/31/2017 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Gennady Chizhik, President The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Tustin, CA 92780 Corporation organized under the laws of the State of Cali forni a Iiu; The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses,- N/A efenses;N/A Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /0 19 Are any claims or actions unresolved or outstanding? Yes /S If yes to any of the above, explain. (Attach additional sheets, if necessary) Da./e Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. GMC Engineering, Inc. Bidder On appeared basis of satisfactory a 'der instrument and acknow'eNQi capacity(ies), and that by h behalf of which the person(s) aenu@U Cbj-zhik (Print name of Owner or President of Corporation/Company) 1 v &President Authorized Siggna ure/Title Gennady Chizhik President Title 11/19/2015 Date before me, Notary Public, personally who proved to me on the ,e to be the person(s) whose name(s) is/are subscribed to the within d to me that he/she/they executed the same in his/her/their authorized her/their signature(s) on the instrument the person(s), or the entity upon a ed, executed the instrument_ I certify under PENALTY OF P paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: URY under the laws of the State of California that the foregoing (SEAL) 20 CALIFORNIA ALL PURPOSE 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 Orange } On November 19, 2015 before me, Public, Date personally appeared Megan Featherston Gennady Chizhik (here insert name and title of the officer) Notary who proved to me on the basis of satisfactory evidence to be the personO whose namepis a/e subscribed to the within instrument and acknowledged to me that e/she%they executed the same in lis l r/the-ir authorized capacity(ies), and that by Kish e"r/the�r signatures) on the instrument the person(s�, or the entity upon behalf of which the person(s) acted, execu�ed 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. MEGAN FEAiNERSTON Commission y' 2002447 dtl'� i l Notary Public - California Z Z 4`e Z° Orange County > My Comm. Expires Jan 26, 2017 Signature: T� (Seal) OPTIONAL Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Other: 3015.Aoostille Servicc. 707 x)93 -5f51 wbvtiv.CaliforniaApostllie us C'ald6rnia Mobile NotqrN Network tvwu C' X1titi corn GMC OINEERINGINc GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B RESOLUTION AUTHORIZING EXECUTION OF ANY CONTRACT BY PRESIDENT GENNADY CHIZHIK At a Meeting of the Board of Directors of GMC Engineering Inc. (hereinafter sometimes called Corporation), a corporation organized and existing by virtue of the laws of the State of California, duly called and held on the 2°d of January, 2015, a quorum being present, consisting of the President and Secretary of the Corporation, Gennady Chizhik, the following Resolution was adopted: BE IT RESOLVED by the Board of Directors of this Corporation that its President, Gennady Chizhik, is hereby authorized, empowered, and directed to execute on behalf of this Corporation, and in its name, any contract. BE IT FURTHER RESOLVED, that any prior acts of said officer of the Corporation, in connection with the execution of any contract on behalf of the Corporation, are hereby confirmed and ratified. I, Gennady Chizhik, hereby certify and declare that I am the regularly and duly acting President and Secretary of GMC Engineering, Inc., a Corporation; that the Resolution above set forth was duly and regularly adopted by the Board of Directors of said Corporation at a Special Meeting of said Board of Directors, held in Tustin, California, on the 2°d day of January, 2015; that the whole number of Board of Directors of said Corporation is one; that there were present at said meeting one Director; that all Directors present voted in favor of said Resolution, and that thereupon the Resolution was declared regularly adopted. Corporate Seal A4 Gennady Chizhik President & Secretary of GMC Engineering Inc. Notarization Attached 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247-1040 9 Fax (714) 247-1041 CALIFORNIA ALL PURPOSE 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 Orange } On December 7, 2015 before me, Megan Featherston Public, Date (here insert name and title of the officer) personally appeared Gennady Chizhik otary who proved to me on the basis of satisfactory evidence to be the person/ whose nameXoar subscribed to the within instrument and acknowledged to me thate slWth executed the same in(Zi /l r/th it authorized capacity Vs), and that by�r/Wir signature ) on the instrument the person(, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MEGAN FEATHERSTON Commission 0 2002447 -�' Notary Public - California z Orange County 9 My Comm. Expires Jan 2.6, 2017 Signature: ' (Seal) OPTIONAL Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Other: 2015 Apostille Service. 707-992-5551 www.CaliforniaApostille.us Calilbrnia Mobile Notary Network )xNv CAMNN com City of Newport Beach Contract No. 6341 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's 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 15TH STREET/BALBOA BOULEVARD REVITALIZATION CONTRACT NO. 6341 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 8th day of December, 2015 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GMC ENGINEERING, INC., a California corporation ("Contractor"), whose address is 1401 Warner Avenue, Suite B, Tustin, California 92780, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of distributing construction notices to existing businesses and residents; construction surveying; removing existing sidewalk, curb and gutter, driveways, asphalt and concrete pavement, fencing, walls, other improvements, and landscape material; clearing and grubbing; constructing new asphalt and concrete improvements; constructing underground storm drain, junction structures, grate inlet catch basins, and French drains including dewatering; installing traffic signals, underground conduits, signing and striping; constructing and installing new irrigation system, landscaping, trees, decorative paving, and architectural features; plant maintenance; and other incidental items of work. Contractor shall coordinate all work with the traffic control plans (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. 6341, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Million Seven Hundred Forty Six Thousand Four Hundred Two Dollars and 001100 ($2,746,402.00). 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 Gennady Chizhik 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 MWMI, GMC Engineering, Inc. Page 2 represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 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: Gennady Chizhik GMC Engineering, Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil GMC Engineering, Inc. Page 3 service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION 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. 11. PROGRESS 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 GMC Engineering, Inc. Page 4 term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this 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. 14. PREVAILING WAGES 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 GMC Engineering, Inc. Page 5 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or 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 GMC Engineering, Inc. Page 6 retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 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. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. GMC Engineering, Inc. Page 7 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 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. GMC Engineering, Inc. Page 8 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No 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. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] GMC Engineering, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: -1211115 By: Kk VVI Y x/ l t k" -- Aaron C. Harp �•N► �zte!-Iit' City Attorney ATTEST: Date: I � ')'V�� City Clerk iLf Fo'a% CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Eward DW�elSi Mayor CONTRACTOR: GMC Engineering, Inc., a Californi�� c rporation Date: �'L By: - Gennady Chizhik President/Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C – Insurance Requirements GMC Engineering, Inc. Page 10 Bond No. 58728550 Premium. $20,141.00 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 58728550 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of distributing construction notices to existing businesses and residents; construction surveying; removing existing sidewalk, curb and gutter, driveways, asphalt and concrete pavement, fencing, walls, other improvements, and landscape material; clearing and grubbing; constructing new asphalt and concrete improvements; constructing underground storm drain, junction structures, grate inlet catch basins, and French drains including dewatering; installing traffic signals, underground conduits, signing and striping; constructing and installing new irrigation system, landscaping, trees, decorative paving, and architectural features; plant maintenance; and other incidental items of work. Contractor shall coordinate all work with the traffic control plans, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of 1 and _/Dollars ($2,746,402.0 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 Page A-1 1 - Two -Million Seven -Hundred Forty -Six Thousand Four -Hundred Two /00 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 of 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 7th _day of December , 2015 GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surety 619-682-3510 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 17ij m t K By: Aaron C. Harp C}Nn %z�1111T City Attorney A4" 034A r Authorized ignature/Title Gennady Chizhik, President A horized Ag4nt'Signature Jeffrey R. Gryde, Atto mey-i n- Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page A-2 CALIFORNIA ALL PURPOSE 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 Orange } On December 7, 2015 before me, Public, Date Megan Featherston personally appeared Gennady Chizhik (here insert name and title of the officer) Notary who proved to me on the basis of satisfactory evidence to be the person(s�whose name(s)'isJar'e subscribed to the within instrument and acknowledged to me that �he/she/they executed the same in hit er/their authorized capacity(ies°j, and that by Os he'r/their signature (s) on the instrument the personas); or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MEGAN FEATHERSTON Commission # 2002447 n,o Notary Public - California z Orange County m My Comm. Expires Jan 26, 2017 mss,•>R ,. Signature: �_ (Seal) OPTIONAL Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Other: 2015 Apostille Service_ 707-942-5151 Ni%wW Caiif0miaAposti11e us California Mobile Notary Neucork vNv,'w C AMNN corn CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange 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. On December 7, 2015 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT {Title or de4acrilrtitrn of attached daid:asasrcutl (Tide or descriptian of mttachod docuineirt ccmtinuaxl) Number of Pages Document Date (Ad4iticu,;a) inflornmationy CAPACITY CLAIMED 8Y TIME SIGNER P. ZEIS _'. COMM. #1974059 z ��:a Notary Public • California Z r. aw Orange County o „ . � M Comm. Expires Apr. 29, 2016 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT {Title or de4acrilrtitrn of attached daid:asasrcutl (Tide or descriptian of mttachod docuineirt ccmtinuaxl) Number of Pages Document Date (Ad4iticu,;a) inflornmationy CAPACITY CLAIMED 8Y TIME SIGNER E Individual (s) El Corporate Officer j0e) Lj Partner(s) RQ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS F'{OR COMPLETING THIS FORT' Mary ackardtx^ICrl rrta°art caplekul in cal forraa'at mrut codtthin ve7biage eractiv 47r 41w-drs above on rhe rrotary sect,.ON or a Wparaatt at'knomd•Eeufgrraent ferrn musr be property completed and arlached to rlraa arrmunrent. The onip earel#riau is #* u dwriment is ter be rotor•ded oursldt of Ctafrrcrraria_ Err catch Ertyaaxcal, any nfternom-0 acknrrw4edgment %-erbioge tri anew be prrnted' ort .such to dm.-atweaar so* too, as rhe varblaage does nor rargrdre rare' arotary to do sonteAheig 0901 is iElagrarf far a raorarr in California (i.e% certifying the audiorized cgpaacf{Y of rlae signe'r)_ Please checkahe docuarrcrtt careful!P for proper naaari al ivordirag arnd attach this joam ij"r tae rrdE. • State and County infortnstion MUM Lse d w 5tatr and County wherc the (locument sign (s) rscMaatally appeared before thea notary public far racknowWja rneat� • hate ofmotarirwion must be tlme d8ft lhat the signer(s) personally appeared which must also bV the, pante dale the rie knowlydgniem. is completed. • 1 -he notary public Must lsriiit hit or her name as it appe;3rs; within his or her cormrnission fasllowrd by n 011tnttsa and them your title(na)iary pdibli4 • Paint. the »arne(g) of ddaouanent signeerts) who petsonatiy appttar as the tune of rtomrizatic'", + Indicate the correct siagAnr or plural farms by im*r ,irtlt uff inc urrmt forans (i,e. heVulrcrih is /ale I or circling die coeject firrrtts, f'ailurt to ciln- atly i c-ite Yams inrorniution may [cad to rejeclicrat (PfJkK;tttucnt rtcasding, * 'l'hc "Lilry scnl impression roust be elear aril plrvtugaapiaicaltu reproducible. Impression must ncx cover tem or litres. if seal impression sariud,ges, re-scal if as sufiicicni arca permits, otlierwise complete a dif'erent acknu ledgtttesat foraat, • Signature of the ncitary Public Must tuatch the signature on file with time ofyiice (if the county Clerk, Additional inrurmation is not requtTed but could help io ensure this acictmawlcdgrr cnt is not misused or attached to .t different doctuilent, tndicole title nr type ofattached document, nurnberofpages And daie, Indicate the capacity claimed by dhe signer. If the Claimed capacity is a L'a7ajldmrallc oflw -, indicate the Ole 0,e, CEO. CH), Swvrctary). • 5ec.urady attitch this do:utnent to the signed documnent Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of June, 2015. IF`c WESTERN SURETY COMPANY aul T. Bruflat, Vice President State of South Dakota County of Minnehaha ss On this 16th day of June, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires S. ETCHJI February 12, 2021 r(a" tiNSO TH �_ f' xA/�!L f �Yw �,tsJ CERTIFICATE S. Eich, Notary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 7th day of December . 2015 OWESTERN SURETY COMPANY erg' �Pgq`�� �`h paK�p Form F4280-7-2012 �L.lson, Assistant Secretary EXHIBIT B Bond No. 58728550 CITY OF NEWPORT BEACH Premium: $20,141.00 BOND NO. 58728550 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 20,141.00 , being at the rate of $ 1 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of distributing construction notices to existing businesses and residents; construction surveying; removing existing sidewalk, curb and gutter, driveways, asphalt and concrete pavement, fencing, walls, other improvements, and landscape material; clearing and grubbing; constructing new asphalt and concrete improvements; constructing underground storm drain, junction structures, grate inlet catch basins, and French drains including dewatering; installing traffic signals, underground conduits, signing and striping; constructing and installing new irrigation system, landscaping, trees, decorative paving, and architectural features; plant maintenance; and other incidental items of work. Contractor shall coordinate all work with the traffic control plans, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of 2 and /Dollars ($_3 _) 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. 1- Premium Calculation: $500,000.00 @ 1.08%= $5400.00 Page B-1 $2,000,000.00 @ 0.672%= $13,440.00 $246,402.00 @ 0.528% = $1,301.00 Total: $20,141.00 2- Two -Million Seven -Hundred Forty -Six Thousand Four -Hundred Two /00 3- $2,746,402.00 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 7th day of December 20 15 GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Deigo, CA 92108 Address of Surety 619-682-3510 Telephone APPROVED AS TO FORM: CITY ATTOR EY'SEFICE Date: Aaron C. Harp (AM %7,1Ot� City Attorney AuthorizedUSignaturelTitle Gennady Chizhik, President 4 �L Z-1. e AdMrLtbd A nt Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page B-2 CALIFORNIA ALL PURPOSE 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 Orange } On December 7, 2015 before me, Megan Featherston Public, Date personally appeared Gennady Chizhik (here insert name and title of the officer) otary who proved to me on the basis of satisfactory evidence to be the person(s)`whose name(sr s/ak subscribed to the within instrument and acknowledged to me thate/she/they executed the same rhs/her/their authorized capacity(ies), and that by lus r r/their signature(s) on the instrument the-person(s), or the entity upon behalf of which the person(91 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. i� MEGANFEATHERSTON g Commission # 2002447 >tI, ) Notary Public, - California Orange County My Comm. Expires Jan 26 2017 Signature: (Seal) - :v" -=vim,- Description of Attached Document Title or Type of Document: Document Date: Other: OPTIONAL Number of Pages: 2015Allostille Sergiice_ 707-993-5i51 www.Ca1itjoMiaAposti11e.us Czlilornia Mobile Norte Net -work CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange 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. December 7, 2015 On before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. ZEIS COMM. #1974059 z Notary Public . California p Z i. Orange County My Comm. Expires Apr. 29, 2016 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION ION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or deccripiic)rr ttfattaLlcdch umcntl Olt le or description of atUched dLie wnent cc}rrtmnu4 tj NunAiscr of Pages 1?tx um nt Date. (Additincro) mfi rmation) CAPACITY CLAIMED BY THE SIGNER El Individual (s) ❑ Corporate Officer {Tinel Q Partrier(s) N Attomey-in-Fact ❑ Ttustee(s) ❑ Other ENSTRUCTIONS FOR CONPLE77NG THIS POMI Anry ackarrrtrtltx%nrCarl e'mmpleed in C'aliforWO mrast coollain verbiagc exactdv xa�,['rY%r.'lrr3 al"o" ira Riaz or a .xettartt..te ac`knorr'lE.afgnrent fona nru.st IV prupe`rly cranrpleted wrciartached 10 drat document. The only L -k epriou ii tj' a docuntem as to be mcor der1 owlsiefe of Ctahfornia- ler such insmircer, atnt' rjj&nttli I -e acknowledgment twhioge os maY be printed on such to d000n eaat so larg as rite t'erhiage does ator "riire flat+ arrarory to do somelhing 01ral lx rP1eg4d fiw a raurar_t, in Carl fonrict (l. r, certi(ytng' the audrorized capa oiir gime signer%- Please check. tine doe"Ment csrrttt rlly far proper nmtarial rvoading em' d attach this f€trm ifrequc rad. • State and County infornwitian rt7ug ire the Stine and Courtly where the document signer(s) personally apt red before the notary Public for aakilowled-g Ment- • hate of r"arixation must be the, date than the signer(s) personally appeared which must also be the ,same elate the eeknowlcxigmcnt is eornpletecl. • 1 notary public rimcl ptiot hi& or Iter name as it sppean within his or her cO3 nrnigsiOh fOl110sved by a comma and there your title (notary public). • Min the narsrefs) of dttournent 3igUtAJ) who pOscmatly appear art the time of m oiiayrizution. + Indicztc the Correa singuawr or plural forams by crreis®ng off incorrv;t farrras (f.e- ha'shcrtit pr is Iiia ) or circling die correct fiarrtws, Failure to cometly indicate this information nusy [cad to n jectican of jkKMjjVcjjj recording. • I"hc notary seal impression must be ckaf hail ptkttttgraphically reproducittle. Irrtprtssinn [crust ace cover teXt of lanes. if seal impression stnudges,re,, I if a sufficient arca Itcrnrits, catherWise complete a ditt'errrm acknct ti'ledgtnen€ fonia, • Signature of the notary public trust ma ieh [tie sigaatare on file tuith the otl-cee ol- tlte cut im), derk. :• Additwmal infurrnation is nett reclun d but t UUM help to ensure this ac&atarwle ft tent is not tnisw d or atiached to it different doctuncni. Indicate bite car type ofatlachcd document, ntaroberorpages and date. •:N ftadicate the c-apocity claimed by the sinter. If the claimed capacity is a citrpi MIC Ofltrrr, indicate the title(i,e. CEO. CA), Secrc4ary). 0 Setsurely alta ch this document 0 the signed do(-urment Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of June, 2015. swrarr� WESTERN SURETY COMPANY aul T. Bruflat, Vice President State of South Dakota County of Minnehaha ss On this 16th day of June, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURE'L'Y COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires S. ETCH ; February 12, 2021 iaSOUTH DAIWA CERTIFICATE S. Eich, Notary Public I, L. Nelson, Assistant Secretary of WESTERN SURE'T'Y COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 7th day of December , 2015 E. C' WESTERN SURETY COMPANY Form F4280-7-2012 L. Nelson, Assistant Secretary EXHIBIT C 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 GMC Engineering, 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 GMC Engineering, 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, sub- contractors shall provide additional insured 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 GMC Engineering, 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. 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. GMC Engineering, 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: 12/10/15 Dept./Contact Received From: Raymund Date Completed: 12/10/15 Sent to: Raymund By: Renee/Alicia Company/Person required to have certificate: GMC Engineering, Inc. Type of contract: All Others I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 6/25/15 — 6/25/16 A. INSURANCE COMPANY: Travelers Indemnity Co of CT B. AM BEST RATING (A-: VII or greater): A++, XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? 1,000,000/2,000,000 E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) ® 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 ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 6/25/15 — 6/25/16 A. INSURANCE COMPANY: Travelers Indemnity Co of CT B. AM BEST RATING (A-: VII or greater) A++, XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® 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? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 10/l/15 -10/l/16 A. INSURANCE COMPANY: Travelers Property Casualty Company of America B. AM BEST RATING (A-: VII or greater): A++:XV C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 12/10/15 Date ® Yes ❑ No ® Yes ❑ No $1,000,000 ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _• Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B RESOLUTION AUTHORIZING EXECUTION OF ANY CONTRACT BY PRESIDENT GENNADY CHIZHIK At a Meeting of the Board of Directors of GMC Engineering Inc. (hereinafter sometimes called Corporation), a corporation organized and existing by virtue of the laws of the State of California, duly called and held on the 2"d of January, 2015, a quorum being present, consisting of the President and Secretary of the Corporation, Gennady Chizhik, the following Resolution was adopted: BE IT RESOLVED by the Board of Directors of this Corporation that its President, Gennady Chizhik, is hereby authorized, empowered, and directed to execute on behalf of this Corporation, and in its name, any contract. BE IT FURTHER RESOLVED, that any prior acts of said officer of the Corporation, in connection with the execution of any contract on behalf of the Corporation, are hereby confirmed and ratified. I, Gennady Chizhik, hereby certify and declare that I am the regularly and duly acting President and Secretary of GMC Engineering, Inc., a Corporation; that the Resolution above set forth was duly and regularly adopted by the Board of Directors of said Corporation at a Special Meeting of said Board of Directors, held in Tustin, California, on the 2"d day of January, 2015; that the whole number of Board of Directors of said Corporation is one; that there were present at said meeting one Director; that all Directors present voted in favor of said Resolution, and that thereupon the Resolution was declared regularly adopted. Corporate Seal Gennady Chizhik President & Secretary of GMC Engineering Inc. Notarization Attached 1401 Warner Avenue, Suite B, Tustin, California 92780 ® (714) 247-1040 • Fax (714) 247-1041 CALIFORNIA ALL PURPOSE 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 Orange On December 7, 2015 before me, Megan Featherston Public, Date personally appeared Gennady Chizhik (here insert name and title of the officer) otary who proved to me on the basis of satisfactory evidence to be the person(,4 whose name(19 �azk subscribed to the within instrument and acknowledged to me that&she'/they executed the same ini sjher/their authorized capacity(ies), and that by Zis/her/th6ir signature(g) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MEGAN FEATHERSTON Commission #£ 2002447 s -_ Notary Rublic - L�alifornia Orange County y My Comm. Expires Jan 20 2017 F; Signature: M-�rv(seal) OPTIONAL Description of Attached Document Title or Type of Document: Document Date: Other: Number of Pages: 2015 Apostille Service. 707-992-5551 tyww.CalitjornigApostille us California Mobile Notar, Network v.-,,vA :AMNN com 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL (11/17/2015) 15th STREET AND BALBOA BOULEVARD REVITALIZATION CONTRACT NO. C-6341 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-6341 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and Demobs ization @ /Dollars � and 17 Cents P9 6;G Lump Sum 2. Lump Sum Traffic Control @ J4-.r7e� Dollars and Cents $ j &pdn eprD Lump Sum 3. Lump Sum Construction Surveying Services Dollars and ^ Cents $®g.S00G 00 Lump Sum PR1of14 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 0 5. N Lump Sum SWPPP Implementation and Monitoring @ Dollars and Cents O, Lump Sum Lump Sum Dewatering @ Dollars and Cents $ , 90 Lump Sum 300 C.Y. Unclassified Excavation @ ../ Dollars and Cents �' � $ 2!K _ 9th Per Cubic Yard 7. 1,000 L.F. Sawcut and Remove Existing PCC Curb / Curb & Gutter 0 @ft' Dollars and Cents $ 2=57,00 $ 2,�,5- Pte• 00 Per Linear Foot 37,000 S.F. Sawcut and Remove Existing PCC Pavement / Alley Approach / Driveway / Cross Gutter @ Dollarsand /1 ?� '✓,cam Cents $ r �� $ Per Square Foot 24,000 S.F. Sawcut and Remove Existing PCC Sidewalk / Access Ramps / Bomanite / Pavers / AC Pavement in Medians @ Dollars and Cents $$Lq , Per Square Foot PR2of14 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum ;No. 3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 25,000 S.F. Sawcut and Remove Existing AC Pavement in Roadways @ Dollars and V4 _Cents $ Per Square Foot 11. 30 EA. Remove Existing Tree Dollars and ,ate' Cents $ //_5_ PO $ �. �%S�� PO Per Each 12. 46,000 S.F. Roadway Pavement (7" PCC with fiber reinforcement over suitable compacted native soil) @ Dollars and _Cents .-- $ ��° /.S $ �% Per Square Foot 13. 1,000 L.F. Construct Type "B" P.C.C. Curb @% Dollars and Cents 4.A, $Per r oot 14. 2,000 L.F. Construct Type "A" P.C.C. Curb & Gutter Dollars and Cents $ 6a $ G /e9at 00 Per L near Foot 15. 70 L.F. Construct P.C.C. U -Channel Dollars and Cents $ lA __'> $ 2� P r Linear oot PR3of14 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. '3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 1,700 S.F. Construct 6" P.C.C. Concrete Driveway / Alley Approach @ 'e - ""'' Dollars and /� _ V=e__ Cents $ // • Per quare Foot 17. 14 EA. Construct Accessible Curb Ramp with Retaining Curbs and Truncated Domes Dollars and Cents $ 2ZS $ 32 -53-0, 00 Per Each 18. 1,700 S.F. Roadway Full Depth (9") Asphalt Concrete Pavement @ _Dollars and Cents W Per Square Foot $ /()'0_0 $ /77 POO s Lump Sum Instal Automati Irrigtion S stem @ Dollars and Cents $ Lump Sum $ ZW, �O OD 20. 300 C.Y. Import Top Soil for Median, Planters and Bulb -outs 91 @ Dollars and Cents $7�< y $ zo 2- 2a, oo Per ubic Yard Lump Sum Soil Preparation and Fi a Grading �1C �-esu/+r-✓ �� ..y�'�eq° @ Dollars /�-�.--- and Cents Lump Sum PR4of14 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22 23. 24 25 KET 27 Lump Sum Weed Abatement and Cents Lump Sum 133 C.Y. Install Wood Mulch — 3 -inch Depth @i i� Dollars and Cents $ , Per Cubic Yard 1.5 C.Y T- 2,918 EA Install Seashell Mulch — 3 -inch Depth @- Dollars and Cents $� Per Cubic Yard Install Shrub -15 Gallon e @ e Dollars and Cents $ i� Per Each Install Shrub - 5 Gallon $ 2-672,7p, go Dollars and s Cents $ 2,0,00 $S``% Per Each Install Shrub -1 Gallon Dollars and r _Cents Per Eac PR5of14 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 28 EA. Install Vine-�5CGallon @ V-1 9Dollars and Cents $ 4p< mid $4 90 Per Each 29. 71 EA. Install Tree—,36-Inch2 Box @ `'v ✓� Dollars ' and ,- Cents Per Each 30. 31 EA. Install Syagus romanzoffiana/Queen Palm (20 BTH) Dollars and le57 Cents $ / ° 00 $ Per Each 31. 5 EA. Install Syagus roman offianat;Queen Palm (25 BTH) �-�-vim @ Dollars and b� Cents $ / $ 2,5. 00 Per Each 32. 13 EA. Install Phoenix dact lifer ate Palm (25 BTH) @ Dollars '- and Cents $.2 $'7 . C Per Each 33. 19 EA. Install Washingtonia filifera/California Fan Palm (15 BTH) Dollars and $ �'�3 $ 3 Per Each r 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum ;No. 3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 34. 20 EA. Install Washingtonia filifera/California Fan Palm (18 BTH) @ Dollars and Cents $ _POO, Po Per Each �- 35. 23 EA. Install Washingtonia filif�C.Ilifornia Fan Palm (20 BTH) @ Dollars and Cents $ $ Per Each IF 36. 6 EA. Relocate existing Washingtonia Robusta/Washintonia Palm (50+ BTH) `vim 7;X e' Dollars and .. Cents 14, go Per Each 37. 22,400 C.F. Install Structural Soil @ Dollars and Cents P& Cubic Foot 38. Lump Sum Provide Ninetv (90) Day Landscape Maintenance Phase @ -V4 Dollars and _ Cents $ Lump Sum 39. 8,500 S.F. Construct 4" Thick P.C.C. (Natural Grey) Sidewalk @�Dollars and 6: $L/ �, 00 Cents $ �/ _ P& Square oot PR7of14 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum :No. 3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 40. 6,000 S.F. Construct Integral -Color Concrete Flatwork with Retarder Finish @ _ Dollars and Z"X* –_Cents $ � 5 $ l OL) Per Square Foot 41. Lump Sum Construct P.C. D corative Crosswalk ,I�WDollars and Cents $ i9 P $ ITi QA Lump Sum 42. 8,400 S.F. Construct Concrete Unit Pavers @ Dollars and Cents $ r�O= $ /3q �%Y�?- Per Square root 43. 40 L.F. Construct Concrete Mow Curb Dollars and Cents Per Linear Foot 44. 10 EA. Furnish and Install Cast Iron Tree Grate (2.5'x5') and Steel Angle Frame V,VV r t -XPi @,�y 0%y Dollars and Cents $ % W, $ �l b/01 Per Each – f 45. 55 EA. Furnish and Install Cast Iron Tree Grate (3'x6') and Steel Angle Frame lep Dollars and r Cents $ Per Each �— 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum <No. 3= ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 46. 340 L.F. Furnish and Install Greenscreen 191ve esu -Zed @ _6vCl _Dollars and Cents $ Z�� $ q%,�®;�7 Per Linear Foot 47. Lump Sum Furnish and Install Neighborhood Entry Monuments @ y Dollars and Cents 01 CIQ Lump Sum 48. Lump Sum Furnish and Install Dock Gateway Monuments /—Dollars and Cents $ 60 —' Lump Sum 49. Lump Sum Furnish and Install Trash Enclosure @ Dollars and Cents $ p / 1/0, 00 Lump Sum 50. 10 EA Furnish and Insta I Trash Receptacles @' Dollars and Cents $ $ 2-. AW, 00 Per Each 51. 4 EA Furnish and Install Decorative Benches i 7t 2-ee � �5 cy' 2�0 @ -ems Dollars and Cents $3, t1V $ Per Each PR9of14 15th STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3' ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 52. 16 EA Furnish and Install Decorative Bollards Dollars and Cents $ 5�, 00 Per Each 53. 8 EA. Install 24"x24" Grate Inlet Drain Catch Basin 67ive Z'1 �,�i c z�s-taOZe�f @ Dollars and Cents $ $f�yo,go Per Each �- 54. 350 LF Install 10" PVC SDR 35 Storm Drain Pipe 55 56 _Dollars and 9'�.. Cents $ 30, 00 $ /0, e90 Per Linear Foot 4 EA Connect to Existing Junction Structure or Catch Basin -c49 Dollars and ... Cents $ ' '0; oy $ .fio Per Each �- 3 EA Connect to Existing RCP @ Dollars and Cents $ (- n9 $ Per Each 57. 40 EA Install Infiltration French Drains @�i°1/�/Gu�✓vteoi Dollars and F Cents $ 3 Per Each PR 10 of 14 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3; ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 58. 1 EA Remove Catch Basin and Portion of Lateral Pipe cWe- X'-t-i,AWzE°--I- @_✓r�-�' �'v� Dollars and ,^ E-, Cents $ f 2S- $ Per Each 59. 6 EA Adjust Manhole to Grade Dollars and 00j Cents � �-10v$ Per Each 60. 16 EA Adjust pullboxes and meter boxes to grade @7W'29e Dollars and °`tom Cents $ Y/ ow, Each 61. 8 EA Adjust water valves and sewer cleanout to grade Dollars and Cents $ �/� t 00 Each 62. 2 EA Remove Existing and Installing New Fire Hydrant Assembly Dollars and Cents $ Each 63. 3 EA Relocate Existing Pullbox and Underground Conduits @ytw -4s Ae Dollars and Cents 2 Each PR 11 of 14 PR 12 of 14 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum No. 3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 64. Lump Sum Traffic,Signal Modification – Balboa BIyd./15th St. and Cents 020 Lump Sum t 65. Lump Sum Temporary Traffic Signal Operation – Balboa Blvd./15th St. @ z Dollars and Cents s/ o 00 Lump Sum 66. Lump Sum Signing, Striping, Pavement Marking and Pavement Maskers and ,J-49- Cents $ Lump Sum 67. 9 EA. Sawcut and Remove Existing Ramp, Sidewalk and Curbs and Construct New Accessible Curb Ramp with Retaining Curbs and Truncated Domes / @ Dollars and 23 00 Cents $ / $P�_ �- Per Each 68. 18 EA. Sawcut and Remove Existing Improvements and Install Truncated Domes @e2, Dollars and l Cents $ /ftv- $ f Per Each 69. 4 EA. Pay Station Foundations (15th Street) @! Dollars and Cents $ $ Per Each PR 12 of 14 151h STREET/ BALBOA BLVD. REVITALIZATION Addendum<No.-3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 70. 40 L.F. Type "131-6" PCC Mountable Curb Dollars and Cents $ �� $ -all ro Per inear Yoot 71. 800 L.F. Slurry Barrier at Median 72 @ Dollars and Cents $ $ CV19 ° R Per Linear Foot 55 EA. Tree Sumps at Tree Grates @i^�� �� Dollars and Cents Per Each PR 13 of 14 151h STREET/ BALBOA BLVD. REVITALIZATION ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT Addendum No. 3 TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORD Dollars and _Cents 11/19/2015 Date (714)247-1040 (714)247-1041 Bidder's Telephone and Fax Numbers 739091 A.B Bidder's License No(s). and Classifications) Bidder's email address: gennady@gmceng.net ALTERNATE BID ITEMS: Total Price (Figures) GMC Engineering. Inc. Bidder President Bidder's Authorized Signature and Title Gennady Chizhik 1401 Warner Ave, Ste. B, Tustin CA 92780 Bidder's Address PR 14 of 14 151h Street & Balboa Boulevard Revitalization Project Contract No. C-5541 SPECIAL PROVISIONS 100% CD SUBMITTAL October 26, 2015 151'' STREET/ BALBOA BLVD. REVITALIZATION 100% CD CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 15TH STREET AND BALBOA BOULEVARD REVITALIZATION CONTRACT NO. C-5541 PART 1- GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Line and Grade SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 - UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 1 1 1 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 4 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 6-9 LIQUIDATED DAMAGES 6 6-11 SEQUENCE OF CONSTRUCTION 6 6-12 CONSTRUCTION COORDINATION 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 6 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 6 7-1.2 Temporary Utility Services 6 7-5 PERMITS 7 7-7 COOPERATION AND COLLATERAL WORK 7 7-8 WORK SITE MAINTENANCE 7 7-8.4.3 Storage of Equipment and Materials in Public Streets 7 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 7-8.6 Water Pollution Control 8 7-8.6.2 Best Management Practices (BMPs) 8 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) 9 7-8.6.4 Dewatering 10 7-8.7.2 Steel Plates 11 7-10 PUBLIC CONVENIENCE AND SAFETY 11 7-10.1 Traffic and Access 11 7-10.3 Street Closures, Detours and Barricades 11 7-10.4 Safety 12 7-10.4.1 Safety Orders 12 7-10.5 "No Parking" Signs 13 7-10.6 Notices to Properties 13 7-10.7 Street Sweeping Signs and Parking Meters 13 7-15 CONTRACTOR'S LICENSES 14 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS 15 SECTION 9 - MEASUREMENT AND PAYMENT 15 9-3 PAYMENT 15 9-3.1 General 15 9-3.2 Partial and Final Payment. 26 PART 2 - CONSTRUCTION MATERIALS 27 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 27 201-1 PORTLAND CEMENT CONCRETE 27 201-1.1 Requirements 27 201-1.1.2 Concrete Specified by Class and Alternate Class 27 201-2 REINFORCEMENT FOR CONCRETE 27 201-2.2 Steel Reinforcement 27 201-2.2.1 Reinforcing Steel 27 201-2.3 Fiber Reinforcement 27 201-7 NON -MASONRY GROUT 27 201-7.2 Quick Setting Grout 27 SECTION 203 — BITUMINOUS MATERIALS 27 203-6 ASPHALT CONCRETE 27 203-6.4 Asphalt Concrete Mixtures 27 203-6-4.3 Composition of Grading 28 SECTION 207 - PIPE 28 207-17 PVC PLASTIC PIPE 28 207-17.1 General 28 207-17.3 Joining Systems 28 SECTION 214 - PAVEMENT MARKERS 29 214-4 NONREFLECTIVE PAVEMENT MARKERS 29 214-5 REFLECTIVE PAVEMENT MARKERS 30 PART 3 - CONSTRUCTION METHODS 30 SECTION 300 - EARTHWORK 30 300-1 CLEARING AND GRUBBING 30 300-1.3 Removal and Disposal of Materials 30 300-1.3.1 General 30 300-1.3.2 Requirements 30 300-1.5 Solid Waste Diversion 31 15'h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 300-2 - UNCLASSIFIED EXCAVATION. 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 303-5.1.1 General 303-5.4 Joints 303-5.4.1 General 303-5.5 Finishing 303-5.5.1 General 303-5.5.2 Curb 303-5.5.4 Gutter SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION SECTION 310 - PAINTING SECTION 309 — MONUMENTS 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces 310-5.6.7 Layout, Alignment, and Spotting 310-5.6.8 Application of Paint 310-5.6.11 Pavement Markers SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT SECTION 313 - SIGNAGE APPENDIX A APPENDIX 8 31 32 32 32 33 33 34 34 34 34 34 34 34 34 34 34 35 35 35 35 35 35 35 35 35 36 37 37 37 37 38 39 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD •. ' • ' ' A. 11 cl 11 LMT T1411 M-11 I CALF CONTRACT NO. C-5541 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 -6061-S); (3) the City's Standard Special Provisions and Standard Drawinqs for Public Works Construction, (Latest Edition), including Supplements; (4) Standard Specifications for Public Works Construction (Latest Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: 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 and concrete pavement, fencing, walls, striping, landscape material, and other improvements; clearing and grubbing; constructing new asphalt and concrete improvements; constructing underground storm drain, junction structures, grate inlet catch basins, and french drains including dewatering; installing traffic signals, underground conduits, signing and striping; constructing installing new irrigation system, landscaping, trees, decorative paving, and Page 1 15 t STREET/ BALBOA BLVD. REVITALIZATION 100% CD architectural features, plant maintenance, and other incidental items of work. Contractor shall coordinate all work with the traffic control plans." 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 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, property corner monuments and benchmarks 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 and 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 Psomas and can be contacted at (714) 751-7373. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work." SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 Page 2 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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 Add Section 4-1.3.4 Inspection and Testing 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Contractor 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 3rd 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 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. Add Section 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the `Notice to Proceed. 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Page 4 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 6-7 TIME OF COMPLETION 6-7.1 General Add to this section: "The Contractor shall complete all work under the Contract within 110 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days Revise 3) to read: "any City holiday, defined as January 1 sl (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11 th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31St (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." Contractor shall also accommodate any City -approved special events, including, but not limited to the Newport Beach Christmas Boat Parade from December 16 through December 20, 2015. Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Normal working hours are limited to 7:30a.m. to 4:30 p.m. Monday through Friday. All work requiring the closure of vehicular travel lane(s) shall take place between 8:00 a.m. and 4:00 p.m. only. No work shall occur by the elementary school (between 12th and 15th Streets on W. Balboa Blvd) during pick up and drop off times, which occur between 8:30 a.m. and 9:30 a.m., and 2:30 p.m. to 3:30 p.m. on school days. Lane closures shall occur between 9:00 AM and 3:00 PM Monday through Friday, and traffic signal outages shall occur between 9:00 AM and 3:00 PM on Monday through Thursday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer Page 5 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1000.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." 6-11 SEQUENCE OF CONSTRUCTION The Contractor shall prepare a construction phasing schedule for submittal to the City for review and approval. The construction phasing schedule shall be approved by the City prior to starting construction activities. The construction phasing shall address issues such as traffic circulation and flow, emergency vehicle access, resident access, City events, and parking restrictions. The construction phasing shall be revised, as needed without additional cost, to the satisfaction of the City. Contractor shall not assume approval will be granted for extended distances or duration closures. 6-12 CONSTRUCTION COORDINATION The Contractor shall coordinate construction with the City and the contractors on other City projects, including the Newport Boulevard water main replacement project, which coincides with this project on W. Balboa Boulevard between 18th and 21St Streets. 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 $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter." 9EM. 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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". 7-5 PERMITS Add to this section the following: The Contractor shall obtain and pay for all costs incurred for permits necessary for the work and the associated operations such as, but not limited to utility and/or encroachment permits, those permits required for traffic control, night work, overload, and demolition. The Contractor shall pay all business taxes and license fees that are required for this work. 7-7 COOPERATION AND COLLATERAL WORK Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down. between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011." 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets Page 7 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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 http://www.newportbeachca.gov/government/departments/public-works and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at http://www. newr)ortbeachca.qov/government/departments/public-works/ocean-water- ualit ." 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 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Storm Water Pollution Prevention Plan (SWPPP). Section 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP). Delete it in entirety and replace with the following: The Contractor shall prepare and submit per 2-5.3 a storm water pollution prevention plan. The SWPPP shall conform to the requirements of the State Water Resource Control Board and the Regional Water Quality Control Board (Santa Ana Region 8), and the requirements of the Construction General Permit Order 2009-0009-DWQ. Prior to the Contractor commencing work, the Contractor shall develop a SWPPP to reflect his actual construction activity, practices, and progress of work to conform to the requirements of the Storm Water Permit. The contractor shall also coordinate with the City of Newport Beach to file a Notice of Intent, Risk Level Calculations, SWPPP and other Permit Registration Documents onto the State Water Boards Storm Water Multiple Applicatons and Report Tracking System (SMARTS) website to obtain a waste discharge ID number. The SWPPP report shall be prepared by a Qualified SWPPP Developer registered with the State of California. Modifications to the SWPPP, other than the SWPPP Map (Erosion Control Plan) shall be stamped and signed by a project Qualified SWPPP Developer (QSP) as indicated in the SWPPP. The CONTRACTOR shall retain a QSP to implement, maintain, and amend the SWPPP during construction to reflect actual construction practices. Modifications to the SWPPP Map (Erosion Control Plan) shall be made by the Contractor to reflect actual BMPs used. This plan should be updated at least weekly with the dates noted as the field conditions change. The placement or use of BMPs not shown on the existing plans shall be reviewed and approved by a representative from the City. A copy or photo of the plan shall be taken to maintain a progress record. The SWPPP must be amended from time to time during the course of work by the QSP to reflect actual construction progress and construction practices. A living copy of the SWPPP shall be maintained at the construction site at all times. The modifications contained in Resolution No. 2001-046 include requirements for the SWPPP to identify a sampling and analysis strategy (and schedule depending on the location of the construction activity). Monitoring, including sampling and analysis may also be required. It will be the CONTRACTOR's responsibility to develop a strategy and monitoring program that will address the pollution potential of materials that are brought to the site for the use in completion of the proposed improvements. The CONTRACTOR shall be responsible for providing all reports required by the Construction General Permit and the SWPPP including monitoring, inspection, testing, Rain Event Action Plans (REAPS), and annual reports to the City for review. Time sensitive reports involving monitoring data shall be provided as soon as the information is available. All other reports shall be provided to the City a minimum of two weeks prior to their deadline for submittal to the SWRCB through SMARTS. Page 9 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD The SWPPP document shall not be construed to be a waiver of the Contractor's obligation to review and understand the State General Construction Activity Storm Water Permit before submitting a bid. By submitting a bid, the CONTRACTOR acknowledges that he has read and understands the requirements of the State General Construction Activity Storm Water Permit Order No. 2009-009-DWQ. The CONTRACTOR shall fulfill the requirements of the permit by including BMPs to eliminate and/or minimize storm water pollution prior to, and during, construction. A monitoring and reporting component of the plan shall be enforced to ensure the construction activities are in compliance with the plan. To ensure no pollutant discharge occurs, the project proponent will implement BMPs to the maximum extent practicable. Minimum performance standards to be met are noted in the project SWPPP. No unauthorized discharges of pollutants (including sediment) are allowed from the site. Only clear water discharges are allowed. Changes to the SWPPP shall be submitted a minimum of ten days prior to the start of construction for review by the City. No work shall commence prior to the review by the City is complete. Payment. All costs to the Contractor for conforming to the requirements of this subsection shall be considered as included in the contract lump sum price bid for SWPPP Implementation & Monitoring, unless noted in separate bid items and shall include full compensation for labor, materials, and equipment to perform the work in compliance with the SWPPP including implementing BMPs, and retaining a QSP for testing, reporting preparation, and submittal. 7-8.6.4 Dewatering Add to this section: "The Contractor shall remove and dispose of water currently existing at the construction site or enters the construction site during the construction period. Any groundwater, tidal fluctuations, or surface water that may be encountered shall be controlled and removed by method of the Contractor's choice subject to the requirements of the California Regional Water Quality Control Board. Contractor shall submit a dewatering plan to the Engineer for review and approval prior to the start of the dewatering operations for the project, The review and approval by the Engineer in no way alleviates the Contractor for, or implies that the City accepts in any way, liability and responsibility for the dewatering plan. Full compensation for DEWATERING shall be paid for at the Contract Unit price per LUMP SUM and shall include full compensation for furnishing all labor, tools, materials, equipment, and incidentals and for doing all the work involved in DEWATERING complete in place, conforming to the requirements herein, and as directed by the Engineer." 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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 shall be pinned and recessed flush with existing pavement surface." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Add to this section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3) 7-10.3 Street Closures, Detours and Barricades Add to this section: "The Contractor shall submit to the Engineer - at least ten (10) working days prior to the pre -construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. Page 11 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718-3468 and all affected property owners. 5. Type II barricades shall be located at the beginning and end of each individual closed sidewalk area from time of removal until placement of backfill and final cure of the sidewalk. 6. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work. Lane closure shall be limited to one lane in each direction, 2 blocks at a time, except between 12th and 15th Streets on W. Balboa Boulevard, lane closures shall occur one block at a time. 7. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as lost street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 8. 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. 9. 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 10. 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." Page 12 1 5t STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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 Properties 7-10.6 Notices to Properties Ten working days prior to starting work, the Contractor shall deliver a construction notice to properties within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction in a designated area, the Contractor shall distribute to the properties 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 7-10.7 Street Sweeping Signs and Parking Meters 7-10.7 Street Sweeping Signs and Parking Meters After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor may be required to cover street sweeping signs and parking meters, on those streets adjacent to Page 13 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD the construction with a "PERMIT PARKING ONLY" sign, depending on the extent of the Contractor -prepared construction phasing schedule and traffic control plans. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete in a segment and is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. Add the following Section 7-10.8 Disposition of Mail Boxes 7-10.8 Disposition of Mail Boxes. "The Contractor shall coordinate the removal of any mail collector boxes with the Engineer and the U.S. Postal Service." 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 a California Contractor "A" License. All landscape and irrigation related work items will require a "C-27" License, both of which may be held by either the General Contractor or his subcontractor. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have completed at least two (2) traffic signal systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCTV cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 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. Add the following Section 7-16 Contractor's Records/As-built Drawings: Page 14 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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 and Demobilization: Work under this item shall include, but not be limited to, providing bonds, insurance and financing, establishing a material and equipment storage location, preparing and implementing BMP Plan, construction surveying, providing submittals, construction schedule, and all required reporting documentations, attending all project coordination meetings, coordinating with all applicable agencies, stakeholders and utility companies, obtaining all necessary construction permits, soil testing, and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA Markings and providing any required documentation and turnover items as noted in these Special Provisions. Page 15 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents and businesses. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, coordinating traffic control with all applicable agencies, water, sewer and special districts, stakeholders and utility companies, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, and flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 3 Construction Surveying Services: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for providing any and all surveying required to complete the work in place, including restoration of survey monuments and filing the corner records/record of survey with the County of Orange if required. Item No. 4 SWPPP Implementation and Monitoring: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing a Storm Water Pollution Prevention Plan (SWPPP), including, but not limited to, installing erosion control BMPs, educating workers and subcontractors, storm water monitoring, reporting including accessing the State SMARTS website, and all other requirements as described in SWPPP report. After the project is stabilized, the contractor shall file of Notice of Termination to the State Water Resource Control Board. Item No. 5 Dewatering: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for dewatering in conformance with all applicable local, state and Federal laws and permits issued by jurisdictional regulatory agencies. Permits necessary for treatment and disposal of accumulated water shall be obtained by the Contractor as specified in the Special Provisions. Accumulated water shall be treated and/or clarified prior to disposal required in the Special Provisions, by a permit or per the Engineer's direction. The Contractor shall submit a working drawing and related supporting information per 2-5.3 detailing its proposed plan and methodology of dewatering and treatment and disposal of accumulated water. The plan shall identify the location, type and size of dewatering devices and related equipment, the size and type of materials composing the collection system, the size and type of equipment to be used to retain and, if required, treat accumulated water, and the proposed disposal locations. If the proposed disposal location is a sanitary sewer or storm drain system, the Contractor shall submit to the Engineer written evidence of permission from the owner. Item No. 6 Unclassified Excavation: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, excavating, removing and disposing any existing material not specifically paid for under another payment item to accommodate Contract -specified improvements, and all other work items as required for performing the work complete and in place. Page 16 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD Item No. 7 Sawcut and Remove Existing P.C.C. Curb and P.C.C. Curb and Gutter: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing P.C.C. Curb and P.C.C. Curb and Gutter and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 8 Sawcut and Remove Existing P.C.C. Pavement, Alley Approaches, Driveways and Cross Gutters: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing P.C.C. pavement, alley approaches, driveways and cross gutters, aggregate base and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 9 Sawcut and Remove Existing P.C.C. Sidewalk, Access Ramps, Bomanite, Pavers, and AC Pavement in Medians: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing P.C.C. sidewalk, access ramps, bomanite paving, pavers, and AC pavement in medians, aggregate base and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 10 Sawcut and Remove Existing A.C. Pavement in Roadways: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for saw -cutting, removing, and disposing of the existing A.C. pavement, aggregate base and subgrade material as necessary to allow construction of replacement curb and gutter, roadway structural section, sidewalk or landscaping, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 11 Remove Existing Tree: Work under this item shall include the removal and disposal of all trees interfering with proposed improvements as described on the plans, including the removal and disposition of roots larger than 1" in diameter, and other organic material, and shall include furnishing all labor, tools, equipment and materials necessary to remove trees complete and in place. Item No. 12 Construct 7" Thick P.C.C. Pavement with fiber reinforcement over suitable compacted native soil: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. pavement with fiber reinforcement and all other work items required for performing the work complete and in place. Contractor shall coordinate work with any impacted residents to provide acceptable access to the property. Work will require phased construction. Page 17 151" STREET/ BALBOA BLVD. REVITALIZATION 100% CD Item No. 13 Construct Type "B" P.C.C. Curb: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing Type "B" P.C.C. curb per City Standard STD -182-L, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 14 Construct Type "A" P.C.C. Curb & Gutter: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing Type "A" P.C.C. curb and gutter per City Standard STD -182-L, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 15 Construct P.C.C. U -Channel: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing P.C.C. U -Channels, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 16 Construct 6" P.C.C. Driveways and Alley Approaches per City Standards: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. driveways and alley approaches per City standards 162-L and 143-L and all other work items required for performing the work complete and in place. Contractor shall coordinate work with any impacted residents to provide acceptable access to the property. Work may require phased construction. Item No. 17 Construct P.C.C. Access Ramp with Retaining Curbs and Truncated Domes: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing existing improvements, grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. Curb Access Ramp and retaining curb (if required), per plan, complete with raised truncated domes. Truncated domes shall be dark grey colored and shall be "Terrapaving" as manufactured by Wausau Tile Inc. (715) 359-3121. All other work items as required per City Standard STD -181-L to complete the work in place. Truncated domes shall be cast - in -place. Item No. 18 Construct Full Depth (9") Asphalt Concrete Pavement: Work under this item shall include constructing 9 -inch minimum thickness asphalt pavement and all other work items as required to create a smooth roadway surface and complete the work in place, including subgrade compaction. Page 18 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD Item No. 19 - Automatic irrigation System: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials, for excavating; backfilling; furnishing and sleeve installation, pressure and non -pressure piping, control, quick coupler and shut-off valves, valve box assemblies, master valve, control wires, flow sensor including signal cable within sleeve, controller modification with security enclosure„ pop-up sprinklers and drip emitter systems, appurtenances; modification of existing equipment to accommodate irrigation system; removing and repairing damaged pavement and surfaces; and all other items as required to complete the work in place. Item No. 20 Import Topsoil for Medians, Planters, and Bulb -Outs: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for delivering and installing topsoil, and all other work items as required to complete the work in place. Item No. 21 Soil Preparation and Fine Grading: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing and rototilling soil with amendments to a depth of 6", or as noted on plans, and fine grading and all other work items as required to complete the work in place. Item No. 22 Weed Abatement: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for two (2) cycles of weed abatement and all other work items as required to complete the work in place. Item No. 23 Install Wood Mulch — 3 -Inch Depth: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing, transporting, delivering, storing, placing three-inch (3") thick wood mulch, appurtenances, and other items as required to complete the work in place. Item No. 24 Install Seashell Mulch — 3 -Inch Depth: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for installing, transporting, delivering, storing, placing three-inch (3") thick seashell mulch, appurtenances, and other items as required to complete the work in place. Item No. 25 Install Shrub - 15 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 15 gallon size shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 26 Install Shrub - 5 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 5 gallon size shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photos, and all other items as required to complete the work in place. Page 19 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD Item No. 27 Install Shrub - 1 Gallon: Work under this item shall, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 1 gallon size shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 28 Install Vine - 5 Gallon: Work under this item shall , but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 5 gallon size vines, soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 29 Install Tree — 36 -Inch Box: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for transporting, furnishing, storing and installing 36" box size trees, soil amendments, providing plant photos and all other items as required to complete the work in place. Item No. 30 Install Syagus romanzoffiana/Queen Palm (20 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "Queen Palms", 20 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 31 Install Syagus romanzoffiana/Queen Palm (25 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "Queen Palms", 25 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 32 Install Phoenix dactylifera/Date Palm (25 BTH): Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for transporting, furnishing, storing, and installing Phoenix dactylifera "Date Palms", variety Madjool, 25 feet of Brown Trunk Height (BTH) soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 33 Install Washingtonia filifera/California Fan Palm (15 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "California Fan Palms", 15 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 34 Install Washingtonia filifera/California Fan Palm (18 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "California Fan Palms", 18 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Page 20 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD Item No. 35 Install Washingtonia filifera/California Fan Palm (20 BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transporting, furnishing, storing and installing Syagus romanzoffiana "California Fan Palms", 20 feet of Brown Trunk Height (BTH), soil amendments, providing plant photos, and all other items as required to complete the work in place. Item No. 36 Relocate existing Washingtonia Robusta/Washintonia Palm (50+ BTH): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, excavating, removing, transporting, relocating , storing and installing Washingtonia Robusta/Washintonia", soil amendments, restoring surface, and all other items as required to complete the work in place. Item No. 37 Install Structural Soil: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for excavating and removing existing soil and placing and compacting structural soil to the limits and depths as noted on plans, and all other work items as required to complete the work in place. Item No. 38 Provide Ninety (90) Day Landscape Maintenance Phase: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for manpower, fertilizers, irrigation system inspection and operation, plant materials, supervision, attending maintenance site visits, and all other items necessary to establish and maintain the landscaping and surrounding area for the entire maintenance period. Item No. 39 Construct 4" Thick P.C.C. (Natural Grey) Sidewalk: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, furnishing and installing fill material as needed, subgrade compaction, constructing 4 -inch thick P.C.C. sidewalk, adjusting utility boxes to grade, making repairs for damage done to private property including, but not limited to sod, decorative pavement, planters, ornaments, irrigation and plants, and all other work items required for performing the work complete and in place. Item No. 40 Construct Integral -Color Concrete Flatwork with Retarder Finish: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for subgrade compaction, furnishing, installing and compacting base course, constructing integral -color concrete flatwork with retarder finish, adjusting utility boxes to grade, making repairs for damage done to private property including, but not limited to sod and all other work items required for performing the work complete and in place. Item No. 41 Construct P.C.C. Decorative Crosswalk: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, furnishing and installing fill material as needed, subgrade compaction, constructing P.C.C. decorative crosswalks and all other work items required for performing the work complete and in place. Contractor shall coordinate work with the traffic control plans. Traffic operations shall be maintained at all times. Decorative crosswalks will be require phased construction. Page 21 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD Item No. 42 Construct Concrete Unit Pavers: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, furnishing and installing fill, bedding, base, joint, geotextile, and grout material as needed, subgrade compaction, constructing concrete unit pavers, adjusting utility boxes to grade, making repairs for damage done to private property including, but not limited to sod, decorative pavement, planters, ornaments, irrigation and plants, and all other work items required for performing the work complete and in place. Item No. 43 Construct Concrete Mow Curb: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for grading, subgrade compaction, constructing P.C.C. mow curb, making repairs for damage done to private property including, but not limited to sod, planters, irrigation and plants, and all other work items required for performing the work complete and in place. Item No. 44 Furnish and Install Cast Iron Tree Grate (2.5'x5') and Steel Angle Frame: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for modifying adjacent improvements to accommodate improvements; furnishing and installing tree grate and frame; restoring affected improvements; and all other work items required for performing the work complete and in place. Item No. 45 Furnish and Install Cast Iron Tree Grate (3'x6') and Steel Angle Frame: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for modifying adjacent improvements to accommodate improvements; furnishing and installing tree grate and frame; restoring affected improvements; and all other work items required for performing the work complete and in place. Item No. 46 Furnish and Install Greenscreen: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for sawcutting, removing, and disposing existing improvements to accommodate work under this payment item, installing, transporting, delivering, storing, placing, Greenscreen and footing, and all other work as required to complete the work in place. Item No. 47 Furnish and Install Neighborhood Entry Monuments: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing existing improvements to accommodate work under this payment item, acquiring and installing Neighborhood Entry Monuments and all other work items as required to complete the work in place. Item No. 48 Furnish and Install Dock Gateway Monuments: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, and disposing existing improvements to accommodate work under this payment item, acquiring and installing Dock Gateway Monuments and all other work items as required to complete the work in place. Item No. 49 Furnish and Install Trash Enclosure: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting, removing, Page 22 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD and disposing existing improvements to accommodate work under this payment item, acquiring and installing trash enclosure and all other work items as required to complete the work in place. Item No. 50 Furnish and Install Trash Receptacles: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing the site to accommodate work under this payment item, disposing of existing trash bins, acquiring and installing trash receptacles and all other work items as required to complete the work in place. Item No. 51 Furnish and Install Decorative Benches: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removal of benches, relocating donation plaque and reinstalling on new benches, preparing the site to accommodate work under this payment item, furnishing and installing decorative benches and all other work items required for performing the work complete and in place. Item No. 52 Furnish and Install Decorative Bollards: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for preparing the site to accommodate work under this payment item, furnishing and installing bollards and all other work items required for performing the work complete and in place. Item No. 53 Install Grate Inlet Catch Basin: Work under this item shall include constructing Grate Inlet Drain Boxes per the plans and details including, but not limited to, removing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, drain box structures, grates, frames and adaptors, potholing all existing utilities, connections to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. 54 Install 10 -inch PVC, SDR -35 Storm Drain Pipe: Work under this item shall include installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Item No. 55 Connect to Existing Junction Structure or Catch Basin: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing existing improvements, trenching, furnishing and installing bedding and backfill material as needed, compacting and constructing storm drain connection to existing junction structure, per Standard Plans for Public Works Construction (SPPWC) std. plan Page 23 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD no. 335-1, Case 1, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Item No. 56 Connect to RCP storm drain: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for removing existing improvements, trenching, furnishing and installing bedding and backfill material as needed, compaction and constructing storm drain connection to existing junction structure, per Standard Plans for Public Works Construction (SPPWC) std. plan no. 335- 1, Case 2, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Item No. 57 Install Infiltration French Drains: Work under this item shall include constructing French Drain atrium grate inlets with Gravel Bottoms per the plans and details including, but not limited to, removing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, installing gravel, drain box structures, grates, frames and adaptors, potholing all existing utilities, connections to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. 58 Remove Existing Catch Basin and Portion of Storm Drain Lateral: Work under this item shall include removing catch basins and interfering portion of lateral storm drain pipe per the plans and details including, but not limited to, removing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, installing gravel, plugging existing storm drain pipes with concrete bulkheads, temporary and permanent support of utilities, backfilling, restoring existing surface/pavement, and all other work items as required to complete the work in place. Existing lateral pipe shall be connected to new grate inlet catch basin as shown on the plans. Item No. 59 Adjust Manhole to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting the existing City manholes to finished grade in accordance with City STD -111-L; removing old manhole ring and cover and return to City, and installation of new ring and cover per CNB STD. 111-L, including but not limited to, pavement removal, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, pavement restoration, and shall include furnishing all labor, tools, equipment and materials necessary to adjust the manhole to grade complete and in place Item No. 60 Adjust Pullboxes and Meter Boxes to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting the existing City owned meter boxes, and utility company owned pullboxes to grade, Page 24 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD controlling ground and surface water, backfilling, compacting, disposing of excess material, restoring pavement, and all other work items as required to complete the work in place. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, AT&T and cable television facilities to the finish grade with the appropriate utility company. Item No. 61 Adjust Water Valves and Sewer Cleanouts to Grade: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for adjusting the existing City valve boxes and covers to finished grade in accordance with City STD -511-L, restoring pavement, and all other work items as required to complete the work in place. Item No. 62 Removing Existing and Installing New Fire Hydrant Assembly: Work under this item shall include removing existing fire hydrant, lateral and valve, capping existing lateral at the water main, and installing a new fire hydrant assembly at a new location in accordance with City of Newport Beach STD -500-L, including but not limited to fire hydrant, fire hydrant bury, valve, valve box and cast Iron traffic cover, valve extension, concrete thrust blocks, controlling ground and surface water, excavating, backfilling, compacting, disposing of excess material, restoring pavement, and all other work items as required to complete the work in place. Item No. 63 Relocate Existing Pullbox and Underground Conduits: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for relocating existing utility company owned pullbox and underground conduits, controlling ground and surface water, backfilling, compacting, disposing of excess material, restoring pavement, and all other work items as required to complete the work in place. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, AT&T and cable television facilities to the finish grade with the appropriate utility company. Item No. 64 Traffic Signal Modification —Balboa Blvd. 15th St.: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials required to modify the traffic signal at the 15th Street/W. Balboa Boulevard intersection per the Plans, Special Provisions, Supplemental, and Contract documents. Item No. 65 Temporary Traffic Signal Operation —Balboa Blvd./15th St.: Work under this item shall include, but not limited to, the cost of all labor, equipment, and material for temporary relocation of traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the 15th Street/W. Balboa Boulevard intersection, including pedestrian and bike push buttons per the Plans, Special Provisions, Supplements, and Contract documents. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location, Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and shall be Page 25 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD approved by the Engineer. Should other methods be approved and that convenience the Contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 66 Signing, Striping, Pavement Markings and Pavement Markers — The contract lump sum price paid for SIGNING, STRIPING, PAVEMENT MARKINGS AND PAVEMENT MARKERS shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including preparing public/private property signing and striping plans, installation of public/private property signing, striping and markings, painting of public/private property curbs, installation of signing, striping and markings, installation of pavement markers and for doing all the work involved in signing, striping, pavement markings and pavement markers, complete in place, as shown on the Contract Drawings, as specified in the Reference Standards, specified in Special Provisions, and as directed by the Engineer. Item No. 67 Sawcut and Remove Existing Ramp, Sidewalk and Curbs and Construct New Accessible Curb Ramp with Retaining Curbs and Truncated Domes: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting and removing existing improvements including ramps, sidewalk, and truncated domes, and grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. Curb Access Ramp and retaining curb (if required), per plan, complete with raised truncated domes. Truncated domes shall be dark grey colored and shall be "Terrapaving" as manufactured by Wausau Tile Inc. (715) 359-3121. All other work items as required per City Standard STD -181-L to complete the work in place. Truncated domes shall be cast -in-place. Existing light poles, above ground vaults, power poles and bollards shall be protected in place unless otherwise noted. Existing pullboxes, valves, meters, manholes shall be adjusted to grade where necessary. Item No. 68 Sawcut and Remove Existing Improvements and Install Truncated Domes: Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for sawcutting and removing existing portion of ramp where indicated, and grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. slab base complete with raised truncated domes flush with existing P.C.C. pavement and 0" curb. Truncated domes shall be dark grey colored and shall be "Terrapaving" as manufactured by Wausau Tile Inc. (715) 359-3121. All other work items as required per City Standard STD -181-L to complete the work in place. Truncated domes shall be cast -in-place. 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. Page 26 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Add to this section: "Portland Cement concrete for construction shall be Class 560-C- 3250 unless otherwise specified on the plans, agency standards or these Special Provisions." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Add to this section: "Reinforcing steel shall be epoxy -coated Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201-2.3 Fiber Reinforcement Add to this section: "Fiber Reinforcement shall be Type III, polypropylene. The percentage quantity of fiber reinforcement shall be determined by mix design engineer to achieve a minimum Modulus of Rupture of 450 psi for the 7 inch thick pavement." 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures Page 27 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 203-6-4.3 Composition of Grading Add this Section: "Asphalt Concrete for the finish course shall be C2 64-10 for the surface course and B 64-10 for the base course of the roadway section." SECTION 207 - PIPE 207-17 PVC PLASTIC PIPE 207-17.1 General These specifications apply to polyvinyl chloride pipe (PVC) intended to be used for the construction of storm drains. 207-17.3 Joining Systems Add to this section: All storm drain joints shall be sealed with elastomeric gaskets to provide a watertight fit. SECTION 210- PAINT AND PROTECTIVE COATINGS 210-1 PAINT 210-1.1 General Requirements. Add the following: "Paint and Protective Coatings shall conform to the provisions in Section 210, "Paint and Protective Coatings," of the Standard Specifications, the CALTRANS Standard Plans, May 2006, the 2010 California Manual on Uniform Traffic Control Devices (CMUTCD), and these Special Provisions. Traffic Stripes and Markings shall be as shown on the plans. Paint for traffic striping and pavement markings shall be either rapid dry white conforming to State Specifications 8010-81 D-04, or rapid dry yellow conforming to State Specifications 8010- 81 D-05, in accordance with the color stipulated on the plans or as directed by the Engineer." 210-1.3 Paint Coats. Add the following: "Paint shall be applied in two (2) equal thicknesses totaling the minimum required wet film thickness indicated in Subsection 310-5.6.5, "Traffic Stripes and Markings," of the Standard Specifications for Public Works Construction. A minimum period of 14 days shall be allowed between the two applications of striping, or as directed by the Engineer." 210-1.6.5 Reflective Materials. Delete Paragraph 1 and add the following: "Reflective material shall consist of glass beads added to the surface of Page 28 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD each coat of paint prior to setting, so that the beads will have proper adhesion. Special care shall be taken with rapid dry paint and thermoplastic material." 211-1 COMPACTION TESTS 211-1.1 Laboratory Maximum Density of the Standard specifications is amended by adding the following: Laboratory maximum density tests shall be performed in accordance with Test Method No. Calif. 216G, Part 11. The correction for oversized material as stated in Test Method No. Calif. 216 shall be replaced with Note 2 of ASTM D1557. 211-1.2 Field Density is amended by adding the following: Field density tests will be arranged by the Contractor during the course of construction at the expense of the Contractor. If field density tests indicate that any portion of the compacted subgrade has density lower than that specified, the Contractor shall rework that portion until the specified density is obtained. Retest of areas which have failed compaction will be performed at the direction of the Engineer at the Contractor's expense. Section 211-1 is hereby amended to add the following: "211-1.4 General. The Contractor shall be responsible for providing arranging for, and providing all compaction tests and reports to the Engineer. Compensation for all tests and reports will be considered under the various items of work, no additional compensation will be allowed therefore." "211-1.7 Agronomic Test. Section 211-1.7 is hereby added to the Standard Specifications as follows: 211-1.7.1 Testing and Report After completion of grading and prior to weed control or soil preparation, the Contractor shall obtain agronomic tests for all planting areas. Obtain one (1) test per street planting area -three (3) tests total. Tests shall be performed by an agronomic soils testing laboratory and shall include a fertility and suitability analysis with written recommendations for soil amendment, fertilizer and chemical conditioner application rates for soil preparation, planting backfill mix, auger hole requirements, hydrospraying, and post maintenance fertilization program. The soils report recommendations shall take precedence over the minimum amendment and fertilizer application rates specified herein only when they exceed specified minimums." SECTION 214 - PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." Page 29 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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." PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.asDx?r)aqe=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 inch" of the last sentence with the words "two (2) inches". (d) Miscellaneous Page 30 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD In addition to the work outlined in Subsection 300-1 of the Standard Specifications, the following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item unless noted on the plans to be protected in place. (1) Maintain dust control at all times by watering; including developing a water supply and furnishing, and placing all water required for work done in the contract, including water used for extra work and water used for irrigation purposes. (2) Provide for traffic control and all signs, barricades, flashers and temporary striping necessary to maintain proper control, in accordance with "WATCH" including maintaining all travel lanes as required. (3) Protection of utilities, trees, fences, walls and other facilities within the construction zone. (4) Mobilization and de -mobilization. (5) Clearing and removal of debris from site of work. (6) Removal of structures, as directed by Engineer to be removed or abandoned. (7) Delay in work necessary to accommodate utility relocations by others. (8) Other items of work as directed in these specifications. Add the following Section 301.5 Solid Waste Diversion 300-1.5 Solid Waste Diversion Non -reinforced clean concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials acceptable 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." Page 31 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 300-4 UNCLASSIFIED FILL. 300-4.7 Compacting Add to this Section: Consolidation by jetting will only be permitted if approved by the Engineer. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Add to this section: "Existing asphalt concrete pavement shall be removed as shown on the plans and replaced with Type III -C2 -AR -4000 meeting the requirements of Subsection 400-4. At all locations where new asphalt concrete pavement is joining or overlaying existing asphalt pavement, the Contractor shall feather the new pavement to form a smooth transition with the existing pavement. The final or surface layer of asphalt concrete shall not be placed until all on-site improvements have been completed, including all grading. All asphalt concrete pavement removed to accommodate the construction of curb access ramps, curb and gutter, and sidewalk shall be replaced with full depth asphalt concrete, as required below and conforming to the requirements of Subsection 300-2.1.1a. Asphalt concrete pavement shall be Type III-C2-AR4000 and shall meet the requirements of Subsection 400-4, "Asphalt Concrete" of the Standard Specifications. The Contractor shall saw cut and remove the asphalt concrete pavement parallel to the centerline of the roadway for the length of the ramp curb and gutter section to be removed for a minimum one (1) foot of width adjacent to the edge of gutter which shall be removed to accommodate the curb and gutter construction. Prior to placing asphalt concrete the subgrade shall be compacted to a minimum of 95% relative compaction. Prior to placing asphalt concrete the Contractor shall remove all debris, dirt, and gravel from the existing surface and a "tack coat" of grade SS -1 H emulsified asphalt conforming to the provision in Subsection 203-3 "Emulsified Asphalt" of the Standard Specifications shall be uniformly applied to all existing pavement surfaces and contact surface edges. All water used for saw cutting and saw cut material shall be vacuumed and removed to comply with Section 00766 of the Special Conditions (Section 9. Water Pollution Control) and such water and material shall not be allowed to enter into any drainage system. No stockpiled materials or equipment shall be allowed to remain on any public right-of- way overnight. All unsuitable and surplus material shall become the property of the Contractor and shall be removed from the project site by the Contractor on a daily basis. 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD Full depth AC pavement shall be constructed in layers not to exceed four (4) inches in compacted thickness. When more than one layer course is required, the layers shall be of equal thickness. The following shall apply to spreading: 1. Each layer shall be spread to deposit a uniform layer. 2. The minimum temperature of asphalt concrete for initial or breakdown compaction shall be 225° F at the site. 3. Initial or breakdown compaction shall be performed with the equivalent of a roller weighing 12 tons. 4. The initial or breakdown compaction shall be followed by spreading additional material to level irregularities and provide a uniform surface for subsequent layers. Additional compaction shall proceed with equipment while the temperature of the asphalt is above 180° F. 5. The remaining layers of asphalt concrete shall not be spread when the underlying layer is 150° F or greater. Prior to placement of the final asphalt layer, the Engineer, or designee, will evaluate the area for suitability of placement. As specified in the curb access ramp City of Newport Beach standard plan STD -181 -L-A, the maximum slope within four (4) feet of the bottom of the ramp shall not exceed 5%. All costs to the Contractor for furnishing all labor, materials, tools, equipment and completing all work involved in asphalt concrete removal and replacement as specified in these Special Provisions, and as directed by the Engineer, including saw cutting, excavating, loading, disposing, stockpiling, and hauling to final destination shall be included in the contract unit price bid for Constructing Asphalt Concrete Pavement and no additional compensation will be allowed." Add to this section: "All cracks %4 -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (e.g. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1-% inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302-5.4 Tack Coat Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one —tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302-6 PORTLAND CEMENT CONCRETE PAVEMENT Page 33 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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." 303-5.4 Joints 303-5.4.1 General Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the length of the alley being reconstructed. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 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 Page 34 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SEE APPENDIX `A' FOR TECHNICAL SPECIFICATIONS SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION SEE APPENDIX `B' FOR TECHNICAL SPECIFICATIONS SECTION 310 - PAINTING SECTION 309 — MONUMENTS Add the following to Section 309: 309-5. Centerline ties shall be tied out and reset in accordance with Section 8771 (Land Surveyors Act) of the Business and Professions Code of the State of California and the Corner Records shall be filed with the Orange County Surveyor as well as the City's Survey Section. Measurement and Payment. Payment for tying out and resetting centerline ties shall be included in the contract price bid for Project Surveying and Monumentation and no additional compensation will be allowed therefore." 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings, restore pavement, prior to re - striping by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting Page 35 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be reflectorized thermoplastic. The 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 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. In areas where striping is to be removed by grinding, pavement shall be restored to match the existing finished grade. 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: Page 36 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 310-5.6.11 Pavement Markers All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT Amend this section with: 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." SECTION 313 - SIGNAGE SEE APPENDIX `A' FOR TECHNICAL SPECIFICATIONS Page 37 15TH STREET AND BALBOA BOULEVARD REVITALIZATION CONTRACT NO. C-5541 APPENDIX A TRAFFIC SIGNAL SYSTEMS AND SIGNAGE 100% CD SUBMITTAL TABLE OF CONTENTS 1.0 Summary of Work.......................................................................................................1 1.1 CONTRACT LIMITS.................................................................................................................. 1 1.2 DESCRIPTION OF TRAFFIC SIGNAL 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 OF THE CONTRACTOR..................................................................................... 3 2.0 CCTV System............................................................................................................... 5 2.1 GENERAL............................................................................................................................. 5 2.2 CCTV IP DOME CAMERA........................................................................................................ 5 2.3 CCTV INTEGRATED CAMERA CABLE.......................................................................................... 5 3.0 Conduit.......................................................................................................................6 3.1 GENERAL............................................................................................................................. 6 3.2 REQUIREMENTS.....................................................................................................................6 3.3 QUALITY CONTROL................................................................................................................ 6 3.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT............................................................................. 6 3.5 PVC SCHEDULE 80 CONDUIT................................................................................................... 7 3.6 INSTALLATION....................................................................................................................... 7 4.0 Pull Boxes................................................................................................................. 10 4.1 GENERAL...........................................................................................................................10 4.2 PULL BOX AND PULL BOX COVER............................................................................................ 10 4.3 INSTALLATION REQUIREMENTS............................................................................................... 10 4.4 INSTALLATION DETAIL........................................................................................................... 11 5.0 Standards, Steel Pedestals, and Posts........................................................................ 12 5.1 GENERAL........................................................................................................................... 12 5.2 FOUNDATIONS.................................................................................................................... 12 5.3 PAINT AND POWDER COATING............................................................................................... 12 6.0 Signal Faces............................................................................................................... 13 6.1 VEHICLE SIGNAL FACES......................................................................................................... 13 6.2 PEDESTRIAN SIGNAL FACES.................................................................................................... 13 6.3 LIGHT EMITTING DIODE (LED) MODULES................................................................................ 13 6.4 PAINT AND POWDER COATING............................................................................................... 13 7.0 Vehicle Detectors......................................................................................................14 7.1 INDUCTIVE LOOP DETECTORS................................................................................................. 14 8.0 Push Button Assemblies............................................................................................ 15 APPENDIX A ii 8.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES .................................................................................. 15 8.2 BICYCLE PUSH BUTTON ASSEMBLIES ........................................................................................ 15 8.3 PAINT AND POWDER COATING ............................................................................................... 15 9.0 Lighting.....................................................................................................................16 9.1 LED LUMINAIRES ................................................................................................................ 16 9.2 PHOTOELECTRIC CONTROLS ................................................................................................... 17 9.3 LED INTERNALLY ILLUMINATED STREET NAME SIGNS .................................................................. 17 9.4 PAINT AND POWDER COATING ............................................................................................... 17 10.0 Opticom Priority Control System............................................................................... 18 11.0 Battery Backup System .............................................................................................. 19 11.1 BATTERY BACKUP CABINET .................................................................................................... 19 12.0 Signs......................................................................................................................... 20 12.1 GENERAL........................................................................................................................... 20 APPENDIX A iii 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 W. Balboa Boulevard 121h Street to 21St Street 3,800' 15th Street Entire Length — 620' 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 new conduit, at locations as shown on the plans. • Furnish and install pull boxes, at locations as shown on the plans. • Relocate existing CCN Camera System at locations as shown on the plans. • Furnish and install new LED lighting fixture and new arm as shown on the plans. • Furnish accurate project documentation, as specified in these Special Provisions. • 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. 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 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. APPENDIX A 1 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. No 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. 1.5 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. • 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 APPENDIX A 2 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 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 CCTV 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. 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. APPENDIX A 3 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 Contractor'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. 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. APPENDIX A 4 2.0 CCTV SYSTEM 2.1 GENERAL The Closed Circuit Television (CCTV) 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), and CCN camera mounting hardware shall be Contractor -furnished. The Contractor shall install the CCN camera system at locations as shown on the Plans. 2.2 CCTV IP DOME CAMERA The Camera shall be IP, Color CCD and capable of producing no less than 720P 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 30 X and be manual/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 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 20 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. The camera shall have the following features: • Network Interface — Ethernet (100BaseT-Tx) • Protocol — TCP, IGMP, RTSP, NTP, HTTP, ONVIF Profile S, NTCIP • CODECs — H.264 and MPEG (720p) • Pan Range - 360° • Tilt Range - 5° to -90° • Power— POE+ 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 CCTV Dome Camera shall be COHU Model 3124-1000 Dome, or approved equal. The POE+ Injector shall be Co Hu Model Enable -IT 7411539-001, or approved equal. 2.3 CCTV INTEGRATED CAMERA CABLE The integrated CCN camera cable shall be procured from the CCN camera vendor. No exceptions shall be allowed. The CCN cable shall be COHU Model CA275D series, or approved equal. APPENDIX A 5 3.0 CONDUIT 3.1 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. 3.2 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. 3.3 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. 3.4 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. APPENDIX A 6 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. 3.5 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. 3.6 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 APPENDIX A 7 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. 3.6.1 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 or subgrade softened, will not be permitted. 3.6.2 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: APPENDIX A 8 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. APPENDIX A 9 4.0 PULL BOXES 4.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 4.2 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 636X12 Splice Box & Lid Armorcast A600197APCX12 4.3 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 APPENDIX A 10 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. 4.4 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. APPENDIX A 11 5.0 STANDARDS, STEEL PEDESTALS, AND POSTS 5.1 GENERAL 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. 5.2 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. 5.3 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. APPENDIX A 12 6.0 SIGNAL FACES 6.1 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. 6.2 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. 6.3 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). 6.4 PAINT AND POWDER COATING If shown on plans, Vehicle and Pedestrian faces and equipment shall have a finished color coating per Section 12.0 of the Special Provision Supplemental. APPENDIX A 13 7.0 VEHICLE DETECTORS 7.1 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-70.1D (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 -5B. 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. APPENDIX A 14 8.0 PUSH BUTTON ASSEMBLIES 8.1 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). 8.2 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". 8.3 PAINT AND POWDER COATING If shown on plans, Pedestrian and Bicycle push button assemblies shall have a finished coating per Section 12.0 of the Special Provision Supplemental. APPENDIX A 15 9.0 LIGHTING 9.1 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 250W 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. APPENDIX A 16 9.2 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 9.3 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. 9.4 PAINT AND POWDER COATING If shown on plans, Internally Illuminated Street Names Sign Housings shall have a finished coating per Section 12.0 of the Special Provision Supplemental. APPENDIX A 17 10.0 OPTICOM PRIORITY CONTROL SYSTEM 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. APPENDIX A 18 11.0 BATTERY BACKUP SYSTEM 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. 11.1 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. APPENDIX A 19 12.0 SIGNS 12.1 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. APPENDIX A 20 1 A; IISNS Sign Detail APPENDIX A 21 Exhibit A Newport Beach IISNS Sign CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 02/20/2015 APPENDIX A 22 15" STREET & BALBOA BOULEVARD REVITALIZATION CONTRACT NO. C-5541 APPENDIX B LANDSCAPE AND IRRIGATION INSTALLATION 100% CD SUBMITTAL OCTOBER 26, 2015 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 03 4500 ARCHITECTURAL PRECAST CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Division 1 Specification Sections, and related documents, apply to this section. 1.2 SUMMARY A. This section refers to architectural precast concrete units: 1. Pilaster caps 1.3 SUBMITTALS A. See Section 01-3000 - Submittals for specific requirements. B. Product data and instructions for manufactured materials and products. C. Shop drawings showing complete information concerning the precast concrete units. Indicate member dimensions and side view. Unless otherwise noted, anchors will be embedded in a standard configuration. D. Samples - Submit samples of color options and texture options for selection process. 1.4 QUALITY ASSURANCE A. See Section 01-4000 - Quality Control for specific requirements. B. Fabricator Qualifications: Fabricator has sufficient production capacity to produce, transport and deliver required units without causing delay in the project. C. Design modifications will be made only as necessary to meet field conditions and to ensure proper fitting of the work and only as acceptable to the Engineer. Maintain general design concept shown without increasing or decreasing sizes of members or altering profiles and alignment shown without Engineer's approval. Modifications may need to be considered in view of budget constraints. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver precast concrete units to project site in such quantities and at such times to assure continuity of installation. Schedules and priorities will be based on the information provided by the customer. Products to be packaged to protect the finish during transport. Precast may be a long lead time item and should be ordered accordingly. uc=er zo, zu-i o APPENDIX B - 034500 - 1 Architectural Precast Concrete 1511 STREET/ BALBOA BLVD. REVITALIZATION 100% CD PART 2 -PRODUCTS 2.1 BASIS OF DESIGN A. Sizes and profiles are to be as shown in drawings. 2.2 REINFORCING MATERIALS A. Corrugated Wall Ties - Included in moldings as the mechanical fastener, 22 gauge mill galvanized steel - 7/8" x 7". B. Threaded Inserts - Plastic inserts are included in very large castings such as large moldings, columns and stackable column components. These are for mechanical ties and not for lifting purposes. C. Adhesives - Latex - modified mortar or equivalent used on a stable substrate in conjunction with the mechanical fastener should be used. White cement can be used to adjust the greenish color created by using the latex mortar. D. Premium grade construction adhesives which come in tubes should be used for bonding columns and on flat surfaces where latex mortar cannot be used. 2.3 CONCRETE MATERIALS A. Portland Cement: Type V Portland Cement Gray. B. Use only one brand, type and source of supply of cement throughout the project, unless otherwise acceptable to Engineer. C. Coarse/Fine Aggregate - Sand and Gravel: Hard, durable, selected and graded; free of material that causes staining or reacting with cement. D. Pigments: Nonfading, resistant to lime and other alkalies. E. Water: Drinkable, free from foreign materials in amounts harmful to concrete and embedded steel. F. Air -Entraining Admixture: Utilize standard mix designs incorporating admixtures which facilitate the workability, curing and strength of the mix. G. Compressive Strength: 3500-5000 psi minimum at 28 days. 2.4 FABRICATION A. General: Fabricate precast concrete units complying with manufacturing and testing procedures, quality control recommendations, and following dimensional tolerances, unless otherwise indicated. B. Molds: Accurately construct molds mortar -tight and of sufficient strength to withstand pressures due to concrete placing operations and temperature changes. Maintain mold work uctooer 26, 2015 APPENDIX B - 034500 - 2 Architectural Precast Concrete 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD to provide completed precast concrete units of shapes, lines and dimensions indicated, within specified fabrication tolerances. C. Dimensional Tolerances of Finished Units: Ornamental architectural precast concrete, being tapered by design, is measured for length, width and thickness at the surface from which the mold is loaded maintaining plus or minus 1/16 of an inch tolerance. Overall height and width measured at face adjacent to mold at time of casting: D. Surface Finish: Fabricate precast units and provide exposed surface finished as follows: Traditional — smooth, relatively void free texture E. Color: Engineer is to select from color chart to minimize variations in color. PART 3 - INSTALLATION 3.1 INSTALLATION REQUIREMENTS A. The successful installation requires experienced, knowledgeable installers in order to achieve a quality installation. Local building codes should be followed. Considerations for installation include: B. Install precast concrete members plumb, level and in alignment. Provide temporary supports and bracing as required to maintain position, stability and alignment as members are being permanently connected. C. Maintain horizontal and vertical joint alignment and uniform joint width as erection progresses. D. Accessories: Install clips, hangers and other accessories required for erection of precast units to supporting members and backup materials. E. Anchor units in final position by bolting, welding, grouting, or as otherwise indicated. Remove temporary shims, wedges and spacers as soon as possible after anchoring and grouting are completed. F. Cleaning: Clean exposed facings to remove dirt and stains on units after erection and completion of joint treatments. Protect other work from damage due to cleaning operations. Do not use cleaning materials or processes that could change the character of exposed concrete finishes. G. Anti -Graffiti Coating. Apply anti -graffiti coating, per manufacturers recommendations, after pre- cast concrete has been installed and cleaned. END OF SECTION vctvper Zn, Zu i 5 APPENDIX B - 034500 - 3 Architectural Precast Concrete 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 04 2000 UNIT MASONRY PART 1 - GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Division 1 Specification Sections, and related documents, apply to this section. 1.02 SECTION INCLUDES: A. Concrete Block. B. Reinforcement and Anchorage. C. Accessories. 1.03 RELATED REQUIREMENTS: A. Section 03 2000 - Concrete Reinforcing: Reinforcing steel for grouted masonry. B. Section 03 4500 - Architectural Precast Concrete C. Section 09 240 - Portland cement Plastering. D. Section 07 9005 - Joint Sealers: Backing rod and sealant at control and expansion joints. 1.04 REFERENCE STANDARDS: A. ACI 530/530.1/ERTA - Building Code Requirements and Specification for Masonry Structures and Related Commentaries; American Concrete Institute International; 2011. B. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2012. C. ASTM A82/A82M - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement; 2007. D. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. E. ASTM A641/A641 M - Standard Specification for Zinc -Coated (Galvanized) Carbon Steel Wire; 2009a. F. ASTM C91/C91M - Standard Specification for Masonry Cement; 2012. G. ASTM C404 - Standard Specification for Aggregates for Masonry Grout; 2011. H. ASTM D226/D226M - Standard Specification for Asphalt -Saturated Organic Felt Used in Roofing and Waterproofing; 2009. 1.05 SUBMITTALS: A. See Section 01 3000 - Submittals, for submittal procedures. B. Product Data: Provide data for masonry units, fabricated wire reinforcement, mortar, and masonry accessories. C. Sample Panels: 1. A sample panel approximately 24 Inches By 36 Inches high shall be constructed for approval by the Engineer prior to proceeding with masonry work. Alternatively, one half of a column, to the size shown on the plans, can be constructed as an in place mock-up. If original panel or % column is not approved, additional panels or replacement column shall be built at contractor's expense, until October 26, 2015 APPENDIX B - 04 2000-1 UNIT MASONRY 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD approved by the Engineer. The approved panel shall be the standard for all masonry work. This panel may be a section of the work. 1.06 QUALITY ASSURANCE: A. Comply with Section 01 4000 Quality Control for contractor's quality control and testing requirements. B. Comply with provisions of ACI 530/530.1/ERTA, except where exceeded by requirements of the contract documents. 1.07 DELIVERY, STORAGE, AND HANDLING: A. Deliver, handle, and store masonry units by means that will prevent mechanical damage and contamination by other materials. PART 2 PRODUCTS 2.01 CONCRETE MASONRY UNITS: A. General - Blocks shall be the product of Angelus Block Company, Orco Block Company, or approved equal. The colors shown below are based on Orco Block Company. Concrete blocks shall be precise in form and dimension with good corners and edges free from warpage, distortion, cracks and sockets. Block shall meet the quality control standards of the Concrete Masonry Association. Provide all special shapes and sizes as shown and as required to accommodate field conditions. B. Standard (Precision) Hollow Load -Bearing Concrete Blocks - Units shall be load bearing smooth face concrete masonry units complying with UBC Standard 21-4, Grade N-11, and ASTM C90- 96. Provide all required shapes as work shown on the drawings require. Maximum shrinkage shall be 0.065% from standard ovendry condition. Concrete masonry units shall have a minimum net compressive strength of 1,900 psi. Unless otherwise indicated, size shall be 8"x8"x16" standard, color: medium gray or gray as made at the Riverside plants of Orco Block as noted in plans. Arrange in running bond unless otherwise shown. 2.02 MORTAR AND GROUT MATERIALS: A. Mortar and grout: As specified in Section 04 0511. B. Masonry Cement: Portland Cement, ASTM C150, Type M. 1. Colored mortar: Premixed cement as required to match Engineer's color sample. 2. Substitutions: See Section 01 6000 - Product Requirements. C. Grout Aggregate: ASTM C404. D. Water: Clean and potable. E. Integral Water Repellent Admixture for Mortar and Grout: Polymeric liquid admixture added to mortar and grout at the time of manufacture. 1. Use only in combination with masonry units manufactured with integral water repellent admixture. a) Use only water repellent admixture for mortar and grout from the same manufacturer as b) Water repellent admixture in masonry units. c) Meet or exceed performance specified for water repellent admixture used in masonry units. 2.03 REINFORCEMENT AND ANCHORAGE: October 26, 2015 APPENDIX B - 04 2000-2 UNIT MASONRY 15(h STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Manufacturers of Joint Reinforcement and Anchors: 1. Blok-Lok Limited: www.blok-lok.com. 2. Hohmann & Barnard, Inc (including Dur -O -Wal brand): www.h-b.com. 3. WIRE -BOND: www.wirebond.com. 4. Substitutions: See Section 01 6000 - Product Requirements. B. Reinforcing Steel: Type specified as indicated on drawings; epoxy finish. C. Joint Reinforcement: Use ladder type joint reinforcement where vertical reinforcement is involved and truss type elsewhere, unless otherwise indicated. D. Single Wythe Joint Reinforcement: Truss or ladder type; ASTM A 82/A 82M steel wire, mill galvanized to ASTM A 641/A 641 M, Class 3; 0.1483 inch side rods with 0.1483 inch cross rods; width as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage on each exposure. E. Strap Anchors: Bent steel shapes configured as required for specific situations, 1-1/4 in width, 0.105 in thick, lengths as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage from masonry face, corrugated for embedment in masonry joint, hot dip galvanized to ASTM A 153/A 153M, Class B. F. Flexible Anchors: 2 -piece anchors that permit differential movement between masonry and building frame, sized to provide not more than 1 inch and not less than 1/2 inch of mortar coverage from masonry face. 2.04 ACCESSORIES: A. Preformed Control Joints: Rubber material. Provide with corner and tee accessories, fused joints. 1. Manufacturers: a) Blok-Lok Limited: www.blok-lok.com. b) Hohmann & Barnard, Inc (including Dur -O -Wal brand): www.h-b.com. c) WIRE -BOND: www.wirebond.com. d) Substitutions: See Section 016000 - Product Requirements. B. Joint Filler: Closed cell polyvinyl chloride; oversized 50 percent to joint width; self expanding; wide x by maximum lengths available. 1. Manufacturers: a) Hohmann & Barnard, Inc (including Dur -O-Wal brand): www.h-b.com. b) WIRE -BOND: www.wirebond.com. c) Substitutions: See Section 01 6000 - Product Requirements. C. Building Paper: ASTM D226/D226M, Type I ("No.15") asphalt felt. D. Nailing Strips: Softwood lumber, preservative treated; as specified in Section 06 1000. E. Weeps: Polyethylene tubing. 1. Manufacturers: a) Blok-Lok Limited: www.blok-lok.com. b) Hohmann & Barnard, Inc: www.h-b.com. c) WIRE -BOND: www.wirebond.com. F. Cleaning Solution: Non -acidic, not harmful to masonry work or adjacent materials. PART 3 EXECUTION 3.01 EXAMINATION: A. Verify that field conditions are acceptable and are ready to receive masonry. October 26, 2015 APPENDIX B - 04 2000-3 UNIT MASONRY 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD B. Verify that related items provided under other sections are properly sized and located. C. Verify that built-in items are in proper location, and ready for roughing into masonry work. 3.02 PREPARATION: A. Direct and coordinate placement of metal anchors supplied for installation under other sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building Structure provides permanent bracing. 3.03 COLD AND HOT WEATHER REQUIREMENTS: A. Comply with requirements of ACI 530/530.1/ERTA or applicable building code, whichever is more stringent. 3.04 COURSING: A. Establish lines, levels, and coursing indicated. Protect from displacement. B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. C. Concrete Masonry Units: 1. Bond: Running. 2. Coursing: One unit and one mortar joint to equal 8 inches. 3. Mortar Joints: Deep raked horizontal joints; concave vertical joints. 3.05 PLACING AND BONDING: A. Lay solid masonry units in full bed of mortar, with full head joints, uniformly jointed with other work. B. Lay hollow masonry units with face shell bedding on head and bed joints. C. Buttering corners of joints or excessive furrowing of mortar joints is not permitted. D. Remove excess mortar and mortar smears as work progresses. E. Remove excess mortar with water repellent admixture promptly. Do not use acids, sandblasting or high pressure cleaning methods. F. Interlock intersections and external corners. G. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. H. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. I. Isolate masonry partitions from vertical structural framing members with a control joint . J. Isolate top joint of masonry partitions from horizontal structural framing members and slabs or decks with compressible joint filler. 3.06 WEEPS/CAVITY VENTS: A. Install weeps in veneer and cavity walls at 24 inches on center horizontally above through -wall flashing, above shelf angles and lintels, and at bottom of walls. October 26, 2015 APPENDIX B - 04 2000-4 UNIT MASONRY 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.07 REINFORCEMENT AND ANCHORAGE —GENERAL: A. Unless otherwise indicated on drawings or specified under specific wall type, install horizontal joint reinforcement 16 inches on center. B. Place masonry joint reinforcement in first and second horizontal joints above and below openings. Extend minimum 16 inches each side of opening. C. Place continuous joint reinforcement in first and second joint below top of walls. D. Lap joint reinforcement ends minimum 6 inches. E. Fasten anchors to structural framing and embed in masonry joints as masonry is laid. Unless Otherwise indicated on drawings or closer spacing is indicated under specific wall type, space anchors at maximum of 36 inches horizontally and 24 inches vertically. F. Use bond beam block for horizontal reinforcement. 3.08 CONTROL AND EXPANSION JOINTS: A. Do not continue horizontal joint reinforcement through control and expansion joints. B. Form control joint with a sheet building paper bond breaker fitted to one side of the hollow contour end of the block unit. Fill the resultant core with grout fill. Rake joint at exposed unit faces for placement of backer rod and sealant. C. Install preformed control joint device in continuous lengths. Seal butt and corner joints in accordance with manufacturer's instructions. 3.09 BUILT-IN WORK: A. As work progresses, install built-in metal door frames and other items to be built into the work and furnished under other sections. B. Install built-in items plumb, level, and true to line. C. Bed anchors of metal door and glazed frames in adjacent mortar joints. Fill frame voids solid With grout. 1. Fill adjacent masonry cores with grout minimum 12 inches from framed openings. D. Do not build into masonry construction organic materials that are subject to deterioration. 3.10 TOLERANCES: A. Maximum Variation from Alignment of Columns: 1/4 inch. B. Maximum Variation from Unit to Adjacent Unit: 1/16 inch. C. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft and 1/2 inch in 20 ft or more. D. Maximum Variation from Plumb: 1/4 inch per story non -cumulative; 1/2 inch in two stories or more. E. Maximum Variation from Level Coursing: 1/8 inch in 3 ft and 1/4 inch in 10 ft; 1/2 inch in 30 ft. F. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft. 3.11 CUTTING AND FITTING: A. Cut and fit for chases. Coordinate with other sections of work to provide correct size, shape, and location. B. Obtain approval prior to cutting or fitting masonry work not indicated or where appearance or strength of masonry work may be impaired. October 26, 2015 APPENDIX B - 04 2000-5 UNIT MASONRY 151' STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.12 CLEANING: A. Remove excess mortar and mortar droppings. B. Replace defective mortar. Match adjacent work. C. Clean soiled surfaces with cleaning solution. 3.13 FINISH: A. See Section 09 8150 Anti -Graffiti Coating for Exterior Concrete Block for exterior coating requirements. 3.14 PROTECTION: A. Without damaging completed work, provide protective boards at exposed external corners that are subject to damage by construction activities. END OF SECTION October 26, 2015 APPENDIX B - 04 2000-6 UNIT MASONRY 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 05 5000 METAL FABRICATIONS PART 1 - GENERAL 1.1 WORK INCLUDED A. METAL FABRICATIONS consists of furnishing transportation, labor, materials, and equipment to fabricate and install miscellaneous metal fabrications. 1.2 RELATED WORK A. Section 03 3000 — Cast -In -Place Concrete 1.3 GENERAL A. This Section is written to cover all types of metals and their galvanizing if called for either on Drawings or in Specifications. 1.4 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO): AASHTO M-18 Strength Test of 180 degree cold bend B. American National Standards Institute (ANSI): ANSI A14.3 Ladders, Fixed, Safety Requirements C. American Society for Testing and Materials (ASTM International) D. American Welding Society (AWS): AWS D1.1 Structural Welding Code - Steel E. Reference Specifications (RS) are the 2009 Edition of the "Greenbook", Standard Specifications for Public Works Construction: 1. Section 206 - Miscellaneous Metal Items 2. Subsection 206-1 - Structural Steel, Rivets, Bolts, Pins and Anchor Bolts 3. Subsection 206-2 - Steel Castings 1.5 QUALITY ASSURANCE A. The Engineer reserves the right to inspect the manufacture or fabrication. The Engineer's inspection of the work does not relieve the Contractor of the responsibility for the work. Errors or faults that are discovered during fabrication shall be corrected by the Contractor prior to installation. B. Welders shall be qualified in accordance with the requirements of AWS D1.1. C. Prepare mill tests for specified ASTM material. 1.6 SUBMITTALS October 26, 2015 APPENDIX B - 05 5000 - 1 Metal Fabrications 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Test Reports: Unless requirements are waived in writing, Contractor shall submit to the Engineer two (2) copies of mill test reports certifying that materials meet the ASTM requirements. B. Shop Drawings: 1. Prior to the purchase of materials and their fabrication, shop drawings, details, dimensions, sizes of materials, and data for the fabrication of the miscellaneous metal work shall be submitted by the Contractor to the Landscape Architect for review. 2. No change shall be made on shop drawings after they have been approved, except by written consent or direction of the Landscape Architect. 3. Substitution of sections having dimensions different from those shown on the shop drawings or Drawings shall be made only when approved in writing by the Landscape Architect. 1.7 PRODUCT STORAGE A. Store metals above ground upon platforms, skids, or other supports, and kept free from dirt, grease, and other foreign material. Protect metals from corrosion while stored. PART 2 - PRODUCTS 2.1 MATERIALS A. Metals, General: 1. Metal Surfaces, General: Provide materials with smooth, flat surfaces, unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. B. Ferrous Metals: 1. Steel Plates, Shapes, and Bars: ASTM A36/A36M. 2. Ferrous metal items shall be galvanized per ASTM A123-02 unless called out otherwise on Drawings. C. Nonferrous Metals: 1. Aluminum Plate and Sheet: ASTM B209, Alloy 6061-T6. 2. Aluminum Extrusions: ASTM B221, Alloy 6063-T6. 3. Aluminum Castings: ASTM B26/B26M, Alloy 443.0-F. D. Fasteners: 1. General: Unless otherwise indicated, provide Type 316 stainless-steel fasteners for exterior use. Provide stainless-steel fasteners for fastening aluminum. Select fasteners for type, grade, and class required. 2. Steel Bolts and Nuts: Regular hexagon -head bolts, ASTM A307, Grade A; with hex nuts, ASTM A563; and, where indicated, flat washers. 3. Anchor Bolts: ASTM F1554, Grade 36. 4. Provide hot -dip or mechanically deposited, zinc -coated anchor bolts where item being fastened is indicated to be galvanized. 5. Eyebolts: ASTM A489. 6. Machine Screws: ASME B18.6.3. 7. Lag Bolts: ASME 1318.2.1. 8. Plain Washers: Round, ASME B18.22.1. 9. Cast -in -Place Anchors in Concrete: Anchors capable of sustaining, without failure, a load equal to four times the load imposed, as determined by testing according to ASTM E488, conducted by a qualified independent testing agency. APPENDIX B - 05 5000 - 2 October 26, 2015 Metal Fabrications 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 10. Threaded or wedge type; galvanized ferrous castings, either ASTM A47/A 47M malleable iron or ASTM A27/A27M cast steel. Provide bolts, washers, and shims as needed, hot- dip galvanized per ASTM Al53/A153M. E. Galvanizing: Minimum Weight of Zinc Coating oz/ft2 of surface Class of Material Average of Specimens Tested Any Individual Specimen Class A - Castings - 2.00 Malleable Iron, Steel 1.80 Class B - Rolled, pressed, and forged articles (except 2.00 those that would be included 1.80 under Classes C and D) BB=1 - 3/16 inch and over in thickness and over 8 inches 2.00 1.80 in length BB=2 - Under 3/16 inch in thickness and over 8 inches 1.50 1.25 in length BB= . 3 - 8 inch and under in 130 length and any thickness 1.10 2.2 FABRICATION A. General: 1. Metal items shall be fabricated and finished in accordance with the Drawings and reviewed shop drawings. Contractor shall verify measurements before fabrication. 2. Welding procedures and inspection shall be in accordance with AWS D1.1. Welding shall be continuous along the area of contact except where tack welding is called for on Drawings. Welds shall be ground smooth. 3. Fabricated ferrous items shall be galvanized after fabrication. 4. Metal fabrications showing injurious defects, weak spots, imperfections in work, or otherwise not conforming to the Specifications or Drawings will be rejected. PART 3 - EXECUTION 3.1 INSTALLATION A. Install miscellaneous metal items in accordance with Drawings and reviewed shop drawings. B. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installing anchorages, including concrete inserts, sleeves, anchor bolts, and miscellaneous items having integral anchors that are to be embedded in concrete or masonry construction. Coordinate delivery of such items to project site. October 26, 2015 APPENDIX B - 05 5000 - 3 Metal Fabrications 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.2 REPAIR OF DAMAGED GALVANIZING A. Repair damaged galvanizing in conformance with Treating Damaged Galvanizing Section. END OF SECTION APPENDIX B - 05 5000 - 4 October 26, 2015 Metal Fabrications 151h STREET/ BALBOA BLVD. REVITILIZITION 100% CD SECTION 06 4215 EXTERIOR WOOD PLANK SIDING PART 1 GENERAL 1.01 ELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Division 1 Specification Sections, and related documents, apply to this section. 1.02 SECTION INCLUDES A. Ipe Wood planking used on Neighborhood Entry Monument. B. Shop finishing. 1.03 RELATED REQUIREMENTS A. Section 05 5000 — Metal Fabrications B. Section 09 9000 - Painting and Coating: Site finishing of wood veneer faced paneling. C. Section 10-1400 Signage 1.04 REFERENCE STANDARDS A. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2010b. B. PS 20 - American Softwood Lumber Standard; National Institute of Standards and Technology (Department of Commerce); 2005. 1.05 SUBMITTALS A. See Section 01 3000 - Submittals, for submittal procedures. B. Shop Drawings: Indicate materials, component profiles, fastening methods, jointing details, and accessories. C. Samples: Submit two samples of finished wood pieces, 12 inches long. 1.06 QUALITY ASSURANCE A. The work of the section is to be provided in accordance with Section 01 4000 - Quality Assurance. B. Fabricator Qualifications: Company specializing in fabricating the products specified in this section with minimum five years of documented experience. 1.07 MOCK-UP A. Construct mock-up, of one-half of column, illustrating full panel sheet, edge trim, joint trim, corner treatment and applied finish . B. Locate where directed. 1.08 DELIVERY, STORAGE, AND HANDLING A. Protect work from moisture damage. October 26, 2015 0664215-1 Exterior Wood Plank Siding 15th STREET/ BALBOA BLVD. REVITILIZITION 100% CD PART 2 PRODUCTS 2.01 WOOD PRODUCTS A. Ipe heartwood. 1. Joint Profile: Shiplap profile for horizontal lap. 2. Characteristics: a. Insect and fungal decay resistant. b. Durability: EN 113 Class 1. c. Fire Rating: Class A-1 (NFPA and UBC) d. UV Resistant. e.100% Modified from surface to core. f. Source Certified Sustainable. g. Non -Toxic. h. Recyclable. 3. Dimensions: As shown on the drawings. 4. Plank length: 10'-0" (nominal) 5. Joints: None, use full pieces cut to size. B. Substitutions: None allowed 2.02 FASTENERS A. All metal fasteners shall be marine -grade aluminum or corrosion -resistant, high-quality Type 316 stainless steel. 2.03 ACCESSORIES 2.04 FABRICATION A. Prepare planks for delivery to site. B. Finish exposed edges of panels as specified by grade requirements. 2.05 HOP FINISHING A. Finish work in accordance with AWI/AWMAC/WI Architectural Woodwork Standards, Section 5 - B. All exposed end -grains of the assembled product are to be sealed. Use a product that has been tested for its ability to prevent liquid water uptake by the wood, adhesion with the wood, UV resistance and coating adhesion. C. All mechanical damage (for example, cracks and unsound knots) is repaired prior to finishing to prevent (liquid) water uptake by the wood that could impact the lifetime of the coating system. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as indicated. vctooer zo, zu-i 5 0664215-2 Exterior Wood Plank Siding 151h STREET/ BALBOA BLVD. REVITILIZITION B. Verify adequacy of backing and support framing. 100% CD C. Verify mechanical, electrical, and building items affecting work of this section are placed and ready to receive this work. 3.02 INSTALLATION A. Do not begin installation until wood materials have been fully acclimated to ambient conditions. B. Install wood planks horizontally starting with full plank at bottom and working up from wall base. Conceal all fasteners from back side of plank. C. All cut ends are to receive wood finish coating prior to installation of finished work. D. Work is to be installed in accordance with AWI/AWMAC/WI Architectural Woodwork Standards requirements for grade indicated. E. Set and secure materials and components in place, plumb and level, using concealed fasteners. F. When wood is in contact with any non -stainless steel metals, the non -stainless steel metals or the wood should be coated or otherwise separated to avoid the two coming into direct contact. G. Where necessary to cut and fit on site, scribe work abutting other components. Do not use additional overlay trim to conceal gaps. H. Touch up damaged finish to match original, using materials provided by fabricator; replace damaged components that cannot be refinished to Architect's satisfaction. 3.03 TOLERANCES A. Maximum Variation from True Position: 1/16 inch. B. Maximum Offset from True Alignment with Abutting Materials: 1/32 inch. END OF SECTION October 26, 2015 0664215-3 Exterior Wood Plank Siding 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 07 9005 PAVING JOINT SEALANTS PART 1 -GENERAL 1.1 GENERAL CONDITIONS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Division 1 Specification Sections, and related documents, apply to this section. B. Work Included in this section: 1. Furnish materials, labor, transportation, services, and equipment necessary to install joint sealers as indicated on Drawings and as specified herein. C. Work related in other Sections: 1. Section 04 2000 — Unit Masonry. 2. Section 32 1314 — Concrete Paving. 3. Section 03 3000 - Cast -In -Place Concrete. 1.2 REFERENCES A. AAMA 800 - Specifications and Tests Methods for Sealants. B. ASTM C 661 - Indentation Hardness of Elastomeric Type Sealants by Mean of Durometer. C. ASTM C 920 - Elastomeric Joint Sealants. D. ASTM C 962 - Use of Elastomeric Joint Sealants. E. ASTM C 1193 - Standard Guide for Use of Joint Sealants. F. ASTM D 1667 - Standard Specification for Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers (Closed -Cell Foam). G. SWI: Sealants - The Professional's Guide. 1.3 SYSTEM PERFORMANCE A. Provide elastomeric joint sealants that have been produced and installed without causing staining or deterioration of adjacent paving surfaces. 1.4 SUBMITTALS A. In accordance with Division 1. B. Submit a list of sealants used on project. October 26, 2015 APPENDIX B - 07 9005- 1 JOINT SEALANT 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD C. Provide data indicating sealant chemical characteristics, manufacturer's instructions, performance criteria, substrate preparation, limitations and color availability. D. Samples: 1. Submit two samples of each sealant type and color specified for use on project for review and approval by Engineers. 2. Match sealant color with adjacent paving color. Provide colors from manufacturer's standard or extended color palette, however, Engineer's will not be limited to manufacturer's standard or extended color palette. 3. Unavailability of a specified color in conjunction with a manufacturer's product requires providing a product of another specified manufacturer in which designated color is available. 1.5 QUALITY ASSURANCE A. Applicator Qualifications: Company specializing in performing Work of this Section with a minimum of 5 years documented experience. B. Coordination with Other Trades: 1. Coordinate installation of sealant materials of this section with adjacent work of other trades. C. Pre -Installation Conference: 1. Prior to commencing Work of this Section, schedule a meeting with representatives of trades affected by joint sealant work, in order to review, discuss and agree upon methods and procedures to be used that affect joint sealant work. D. Manufacturer's Supervision: 1. Obtain manufacturer's local representative supervision for the following: a) Inspection of Work just prior to start of sealant application. b) Provide initial instruction at start of Work, to insure that physical conditions which could result in defective work are properly corrected before materials are applied. C) Instruct personnel in correct procedures. d) Verify that proper procedures are being followed. e) Notify manufacturer at least 72 hours prior to time it is required. f) Failure or refusal of manufacturer's local representative to provide inspection and supervision required by this Section constitutes grounds for non -acceptability of materials manufactured by it even though such materials have been specified or approved. 1.6 MOCK-UPS A. Provide five linear feet of each sealant specified. Obtain direction from Engineers on location of paving sealant mock-ups. 1. Apply sand to 30" of joint mock up with specified silica sand - see Section 3.4. October 26, 2015 APPENDIX B - 07 9005- 2 JOINT SEALANT 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver materials to Project in original factory wrappings and containers, clearly labeled with identification of manufacturer, brand name, and lot number. B. Store materials in original undamaged packages and containers, inside well -ventilated area protected from weather, moisture, soiling, extreme temperatures, and humidity. 1.8 PROJECT CONDITIONS A. Conform to sealant manufacturer's recommendations for temperatures (ambient, surface and material), moisture, humidity, and similar factors that affect installation of joint sealant materials. B. Install joint sealant materials at times when temperatures of surface materials are approximately at median of service temperature extremes. 1.9 ENVIRONMENTAL REQUIREMENTS A. Maintain temperature and humidity recommended by sealant manufacturer during and after installation. 1.10 COORDINATION A. Coordinate Work with sections of work referencing this Section. 1.11 WARRANTY A. Include coverage for installed sealants and accessories which fail to achieve airtight seal, watertight seal, exhibit loss of adhesion, cohesion, or do not cure for a period of 5 years from date of Final Acceptance by Owner. PART 2 - PRODUCTS 2.1 SEALANT TYPES A. Type 1 (vertical joint applications): Two-part, non -sag polyurethane sealant conforming to ASTM C 920, Type M, Grade NS, Use NT, M, A, and O for non -traffic, vertical applications not subject to service temperatures in excess of 150°F. or joint movement in excess of ±50%. 1. Acceptable Manufacturer's: a) Dynatrol II; Pecora Corp. b) Sikaflex-2C NS- TG; Sika Corporation. c) Sonolastic NP 2; Sonneborn Building Products. d) Dymeric 240FC; Tremco. B. Type 3 (horizontal joint applications): Two-part, non -sag polyurethane sealant conforming to ASTM C 920-87, Type M, Grade NS, Class 25, Use T, M, A, and O with an average Shore A hardness (in accord with ASTM C 661) of 30 or more, for traffic -bearing, horizontal applications not subject to joint movement in excess of ±25%. 1. Acceptable Manufacturer's: October 26, 2015 APPENDIX B - 07 9005- 3 JOINT SEALANT 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD a) Dynatred; Pecora Corp. b) THC -901; Tremco. c) Sikaflex 2C -NS; Sika Corporation. d) Sonolastic SL -2; Sonneborn Building Products. 2.2 ACCESSORY MATERIALS A. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. B. Masking Tape: Provide masking tape on horizontal surfaces prior to installing sealant. 1. Acceptable Manufacturers: Long -mask 2090; 3M. C. Primer: Non -staining type, recommended by sealant manufacturer to suit application. D. Backer Rod: 1. Horizontal Joints: 9 Ib. density, non -gassing, closed -cell polyethylene backer rod. Oversize rod to 25 to 30% of joint width. 2. Vertical Joints: 2 Ib. density, non -gassing, closed -cell polyethylene backer rod. Oversize rod to 25 to 30% of joint width. 3. Acceptable Manufacturers: a) Sonolastic; Sonneborn Building Products. b) Sof-Rod; Nomaco. C) 101 ITP Standard backer Rod; ITP. E. Joint Sand: 1. Silica sand, grade 60 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that substrate surfaces and joint openings are ready to receive Work. B. Verify that backer rod and bond breaker tape are compatible with sealant. 3.2 JOINT PREPARATION A. Remove loose materials and foreign matter from joint, which might impair adhesion of backer rod and sealant. B. Clean and prime joints in accordance with manufacturer's instructions. Do not spill primer onto visible concrete. Immediately wipe off primer if spilling occurs. 3.3 BACKER ROD INSTALLATION A. Allow primer to dry before installing backer rod. October 26, 2015 APPENDIX B - 07 9005- 4 JOINT SEALANT 151" STREET/ BALBOA BLVD. REVITALIZATION 100% CD B. Measure joint dimensions and size backer rod to be larger than 25 to 30% of the joint to achieve width -to -depth ratio, neck dimension, and surface bond area as recommended by manufacturer. C. Do not leave gaps between ends of backer rod. D. Do not stretch, twist, puncture, or tear backer rod. 3.4 SEALANT INSTALLATION A. Provide masking tape along joint edges prior to installing sealant. B. Install sealant in accordance with sealant manufacturer's instructions. C. Install sealant by proven techniques that result in sealant directly contacting and fully wetting joint substrates, completely filling recesses provided for each joint configuration, and providing uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. D. Install sealants at same time sealant backings are installed. E. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. G. Tooling: 1. Tool joints concave. 2. Immediately after sealant application and prior to time curing begins, tool sealant to form smooth, uniform beads, eliminate air pockets, and to ensure contact and adhesion of sealant with sides of joint. 3. Remove excess sealant from adjacent joint surfaces. 4. Do not use tooling agents that discolor sealant or adjacent surfaces or are not approved by sealant manufacturer. H. Silica Sand Coating: 1. After Sealant has been applied and while it is still tacky, apply silica sand to reduce surface sheen of sealant. 2. Once Sealant has cured, blow excess and away and clean up. 3.5 CLEANING A. Clean adjacent soiled surfaces. 3.6 PROTECTION OF FINISHED WORK A. Protect sealants until fully cured. END OF SECTION October 26, 2015 APPENDIX B - 07 9005- 5 JOINT SEALANT 15"' STREET/ BALBOA BLVD. REVITILIZITION 100% CD SECTION 09 2400 PORTLAND CEMENT PLASTERING ONE -COAT STUCCO PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Premixed, Portland cement based stucco base coat and finish coat. 2. Metal trim and accessories. B. Related Sections: Section 04 2000 - Unit Masonry: Masonry substrate to receive stucco system. Section 07 9200 - Joint Sealers: Joint sealers used in conjunction with stucco system. Section 09 9150 — Anti Graffiti Coating for Exterior Concrete Block. 1.2 REFERENCES A. ASTM International (ASTM): 1. C144 - Standard Specification for Aggregate for Masonry Mortar. 2. C897 - Standard Specification for Aggregates for Job -Mixed Portland Cement -Based Plasters. 3. C932 - Standard Specification for Surface -Applied Bonding Compounds for Exterior Plastering. 4. C1063 - Standard Specification for Installation of Lathing and Furring to Receive Interior and Exterior Portland Cement -Based Plaster. B. National One Coat Stucco Association (NOCSA). 1.3 SUBMITTALS A. Submittals for Review: 1. Product Data: Manufacturer's technical information and application instructions. 2. Samples: a. 6'x 6"finish coat samples showing available colors. b. After color selection, submit] 12 x 12 inch plaster samples showing finish coat in selected color and texture. C. 6 inch long trim samples. B. Quality Control Submittals: 1. Building Code Acceptance: Copies of manufacturer's evaluation reports issued by Code authorities showing acceptance of stucco system. 2. Manufacturer Certifications: a. Certify that materials furnished for Project comply with requirements of Contract Documents. b. If all stucco materials are not furnished by same manufacturer, provide certification from manufacturers stating that materials are compatible. 3. Copy of stucco manufacturer's current NOCSA membership certificate. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Minimum 2 years documented experience in work of this Section. B. Mockup: October 26, 2015 092400-1 PORTLAND CEMENT PLASTERING 151h STREET/ BALBOA BLVD. REVITILIZITION 100% CD 1. Size: Minimum 2 x 2 feet. 2. Show: Plaster color and texture, trim, and overall workmanship. 3. Locate where directed. 4. Approved mockup may [not] remain as part of the Work. C. Not Acceptable: Lines in stucco caused by variations in application or finishing techniques, cold joints, and other surface defects visible when viewed from a distance of 10 feet. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver materials in manufacturer's original, unopened contains bearing identifying labels. B. Store materials off ground or floor, properly covered. C. Protect water-based materials from freezing. 1.6 PROJECT CONDITIONS A. Cold Weather Requirements: Do not apply stucco unless minimum ambient temperature is forecast to be above 40 degrees F during and for minimum 24 hours after application. B. Hot Weather Requirements: Protect applied stucco from uneven and rapid evaporation during hot, dry, or windy weather by one of following methods: 1. Fog surface with clean water. 2. Cover with minimum 6 mil polyethylene film weighted or taped in place. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: 1. Eagle Building Materials(www.eaglebuildingmaterials.com) 2. Expo Stucco Products (www.expostucco.com) 3. EZ Wall Concentrate (www.ezconcentrate.com) 4. Formulated Solutions, LLC (www.formulatedsolutions.net) 5. (MASCO Minerals, Inc. (www.imascominerals.com) 6. Kwik Kote Corporation (www.kwikkote.com) 7. Omega Products International, Inc. (www.omega-products.com) 8. Prowall Building Products, Inc. (www.prowall.com) 9. Quikrete (www.quikcrete.com) 10. Spec Mix, Inc. (www.specmix.com) 11. Sto Corp. (www.stocorp.com) B. Substitutions: Under provisions of Division 01. 2.2 MATERIALS A. Base Coat: Manufacturer's standard premixed, concentrated, pre -sanded one coat stucco base coat consisting of Portland cement, graded aggregate, fibers, and proprietary ingredients. B. Finish Coat: 1. Primer: Acrylic based consisting of acrylic polymers and proprietary ingredients. 2. Finish coat: Tinted acrylic finish with aggregate consisting of acrylic polymers, graded aggregate, colorant, and proprietary ingredients. 3. Color: Color to be selected from manufacturer's full color range.] UUZ4UU - Z October 26, 2015 PORTLAND CEMENT PLASTERING 15"' STREET/ BALBOA BLVD. REVITILIZITION 100% CD C. Water: Potable. D. Polystyrene Foam: 1. Expanded or extruded polystyrene, minimum 0.9 PCF density, of sizes and shapes indicated on Drawings. 2. Adhesive: Type recommended by insulation manufacturer; compatible with substrate materials. E. Metal Trim and Accessories: 1. Material: Hot -dip galvanized steel, thickness to suit stucco thickness. 2. Corner bead: J-shaped metal, general purpose type, with expanded or perforated flanges. 3. Casing bead: Square profile, expanded or flanged to suit project conditions. 4. Control joint: Accordion profile with 1/4 inch slot. 5. Expansion joint: Adjustable type, free-floating, with adjustment from 1/4 to 5/8 inch. 6. Weep screed: Foundation sill screed, perforated for drainage. 2.3 ACCESSORIES A. Fasteners: 1. Type and size suited to application, hot -dip galvanized steel. 2. Masonry backup: Minimum 1/2 inch penetration. 3. Metal stud backup: Meet ASTM C1063. B. Tie Wire: 16 gage, galvanized steel, soft annealed. C. Bonding Agent: ASTM C932; type recommended for bonding plaster directly to masonry surfaces. 2.4 MIXES A. Mix materials in accordance with manufacturer's instructions. B. Use mechanical mixer; hand mixing not permitted unless authorized in advance by Architect. C. Mix each batch separately; double batching with single batch discharge not acceptable. D. Accurately proportion materials for initial mixture using measuring devices of known volume. E. Withhold 10 percent of water until mixing is nearly complete, then add remainder as required to achieve workable mix. F. Clean mixing equipment after each batch. G. Maintain mixer in continuous operation while adding materials. H. Mixtures may be retempered one time after initial mixing. I. Discard frozen, caked, and hardened mixes. Discard mixes not used within 60 minutes after initial mixing. PART 3 - EXECUTION 3.1 PREPARATION October 26, 2015 092400-3 PORTLAND CEMENT PLASTERING 151h STREET/ BALBOA BLVD. REVITILIZITION 100% CD A. Clean substrate surfaces of oil, release agents, other deleterious materials, and loose and foreign matter. B. Wet high suction bases with fine water spray to produce uniformly damp surface. Apply bonding agent in accordance with manufacturer's instructions. 3.2 INSTALLATION OF METAL TRIM A. Install casing beads where stucco abuts dissimilar material or stops with edge exposed. B. Install corner beads at external corners. C. Install control joints 1. Locate as follows unless otherwise indicated on Drawings: a. As required to limit each area of plaster to 144 square feet with no dimension exceeding 12 feet. b. Vertically above and below each side of openings. C. Horizontally at each floor line. 2. Run vertical joints continuous; butt horizontal joints into vertical joints. 3. Apply joint sealer to form waterstop behind joints at intersections. D. Install expansion joints at locations indicated on Drawings. E. Install weep screeds at bottom of wall. F. Set level and true to line. 3.3 APPLICATION OF BASE COAT A. Apply base coat in accordance with manufacturer's instructions. B. Apply to minimum 3/8 inch thickness from face of masonry. C. Provide proper consolidation of base coat. D. Rod surface to acceptable plane. E. Float or lightly broom surface to provide bond with finish coat. 3.4 APPLICATION OF FINISH COAT A. Apply finish coat in accordance with manufacturer's instructions. B. Apply to minimum thickness recommended by manufacturer; using sufficient trowel pressure or spray velocity to bond finish coat to base coat. C. Apply in number of coats required to produce consistent finish. D. Provide medium spray texture to match approved mockup. E. Work from wet edges to apply unbroken area in one continuous operation to eliminate joints. F. Finish surfaces true to plane, plumb and with neat, sharp corners and intersections. 092400-4 October 26, 2015 PORTLAND CEMENT PLASTERING 15"' STREET/ BALBOA BLVD. REVITILIZITION 100% CD G. Work in panels to nearest natural break formed by intersections, corners, trim, and accessories. H. Apply fog coat by brush, roller, or spray in number of coats required to produce consistent finish matching approved mockup. I. Allow fog coat to dry, then mist with water twice daily for 2 days. 3.5 CURING A. Moist cure Portland cement base coat and finish coat with fog spray of clean water applied at frequency to maintain stucco uniformly moist for 48 to 72 hours after application. B. Allow to air cure 10 to 14 days prior to applying acrylic finish coat. C. Do not wet cure acrylic finish coat. 3.6 INSTALLATION TOLERANCES A. Stucco: Maximum 1/8 inch in 5 feet variation from true flatness. B. Trim: Maximum 1/4 inch in 10 feet variation from plumb, level, or true plane, noncumulative. 3.7 ADJUSTING A. Repair or replace damaged, discolored, and defective work. B. Blend patched areas to surrounding surfaces. 3.8 CLEANING AND ANT -GRAFFITI COAT A. Clean stucco from trim and accessories before initial set occurs. After cleaning apply anti - graffiti coating per specification section 09 9150. END OF SECTION October 26, 2015 092400-5 PORTLAND CEMENT PLASTERING 151h STREET/ BALBOA BLVD. REVITIALIZATION 100% CD ANTI GRAFFITI COATING FOR EXTERIOR CONCRETE BLOCK SECTION 09 9150 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Division 1 Specification Sections, and related documents, apply to this section. 1.2 SCOPE A. Work of this section includes everything necessary for or incidental to completing Hi -Build Anti Graffiti Glazed Coatings for exterior concrete block work, except as herein specifically excluded. 1.3 RELATED WORK A. Section 09 9000 - Painting and Coatings B. Section 04 4200 - Unit Masonry 1.4 SUBMITTAL -SAMPLE REQUIREMENTS A. Submit Manufacturer's Application Instructions, test reports, and samples for approval by the Engineer. B. Colors and Finish: Matte finish, colors as selected by the Engineer. After color selection, submit samples in triplicate, on 2 inch by 3 Y inch hardboard, of the material specified, in colors selected. Mark each sample clearly, to indicate manufacturer's name and product identification. 1.5 PRODUCT HANDLING A. Delivery and Storage of Materials: Deliver all materials in their original packages with seals unbroken, with manufacturers name and product identification clearly legible on each package. Store to preclude entry of moisture or damage from any source. 1.6 ENVIRONMENTAL CONDITIONS A. Field Conditions: Verify actual field conditions. Inspect related work and adjacent surfaces. Report all conditions which prevent proper execution of this work, to the Construction Manager. B. Do not apply coatings in damp or rainy weather. Do not apply coatings at temperatures below 40 degrees Fahrenheit or above 110 degrees Fahrenheit. Cementious surfaces must be below 15% moisture for the life of the application. Surface an air temperature should remain between 50 degrees and 90 degrees F during the three hours before the application. 1.7 WARRANTY A. Provide a ten-year written warranty against defects in materials and workmanship. B. Warranty shall begin on date of final acceptance of the project. PART 2 -PRODUCTS October 26, 2015 099150-1 Anti Graffiti Coating 15th STREET/ BALBOA BLVD. REVITIALIZATION 100% CD 2.1 MANUFACTURER A. Permashield Premium System as manufactured by Monopole, Inc, or approved equal. Telephone (800) 491-9977. B. Materials meeting these requirements produced by manufacturers other than those named, may be substituted provided prior Engineer approval is obtained in writing ten (10) days prior to bid date. No substitutions will be allowed without prior approval. The decision of the Engineer shall be final. C. Coating System: Three step, Aquaseal ME12, Permashield Base and Permasheild Premium Anti Graffiti Glazed Coating System for Exterior Concrete Block. D. Substitutions: See Section 01 6000 - Product Requirements. 2.2 MATERIALS A. Polyester Filler - Clear or Pigmented B. Polyester Enamel - Clear or Pigmented PART PART 3 - EXECUTION 3.1 SURFACE PREPARATION A. Ascertain that surfaces to be coated are in proper condition to receive Hi -Build glazed coatings. Report all unsatisfactory surfaces to the Engineer in writing. B. Mask to protect uncoated adjacent surfaces. C. Repair minor surface damage. D. Check for moisture, or excessive alkali. Correct as required. 3.2 3.02 MATERIAL PREPARATION A. Conduct a test patch to ensure proper adhesion and product performance. B. All concrete and masonry should have less than 13% moisture content. C. Remove all efflorescence, grease, glazes, oils, waxes, and containments that will inhibit the penetration or adhesion of the coating. D. Caulk, fill and seal any voids, seams, cracks or areas where moisture could penetrate (allow the paintable filling materials to cure). E. Smooth or glossy surfaces should be sanded to a rough finish. F. Clean the surface by scrub washing with Monochem Clean Power or by a solution of'/ cup of TSP to one gallon of water. 3.3 APPLICATION A. Apply coatings to surfaces in accordance with manufacturer's instructions. October 26, 2015 099150-2 Anti Graffiti Coating 15th STREET/ BALBOA BLVD. REVITIALIZATION 100% CD 1. Apply a one coat of Aquaseal ME12 to all surfaces to be sealed. Rate at approximately 60-80 square feet/gallon but will vary depending on surface porosity, completely fill all surface voids. Allow 24 hours of drying time before applying the first coat of Permashield Base 2. After the Aquaseal ME12 has cured, apply two coats of Permashield Base. Allow approximately 2-4 hours between coats. Apply 2 to 3 dry mil thickness per coat, at a coverage rate of 200-250 square foot/gallon. Apply using heavy duty airless spray equipment, after spraying roll the surface with short nap roller to produce an even surface. Final surface appearance shall be free of surface voids and pinholes. Allow 24 - hours drying time before applying the Permashield Premium. 3. After the Permashield Base has cured, apply two coats of Permashield Premium, matte finish. Allow approximately 4-6 hours between coats. Apply 2 to 3 dry mil thickness per coat (do not apply thicker as may blister), at a coverage rate of 200-250 square foot/gallon. Keep the coating dry for 48 -hours.. 3.4 3.04 CLEANING A. As the work proceeds, and upon completion, promptly remove coating material where spilled, splashed or splattered. B. During progress of work, keep premises free from any unnecessary accumulation of tools, equipment, surplus materials and debris. C. Upon completion of work, leave premises neat and clean, to the satisfaction of the Engineer. END OF SECTION October 26, 2015 099150-3 Anti Graffiti Coating 151' STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 10 1400 SIGNAGE PART 1 - GENERAL 1.1 WORK INCLUDED A. Signage consists of furnishing transportation, labor, materials, and equipment to design, furnish, fabricate, and install signage as indicated on Drawings. 1.2 RELATED WORK A. Section 05 5000 - Metal Fabrications 1.3 REFERENCES A. American Society for Testing and Materials (ASTM International) B. American Welding Society (AWS) 1.4 DESIGN REQUIREMENTS A. Design Criteria: 1. Drawings indicate a general design approach for sign fabrication but do not include all fabricating details required for the complete fabrication and structural integrity of the signs and structural integrity of the signs, including consideration for static, dynamic, and erection loads during handling, erecting, and service at the installed locations, nor do they necessarily consider the preferred shop practices of the individual general sign contractors. Provide complete design of the signs to incorporate all safety factors. Signs shall meet applicable local, state, and national codes, as well as testing laboratory listings where required. 2. Fabrication and installation design: Unless otherwise directed by Owner, design to withstand severe guest abuse and souvenir theft vandalism, but not less than equivalent of resisting simple hand implements and tools (screwdrivers, knives, coins, keys, and similar items), and adult physical force for approximately 10 minutes. 1.5 QUALITY ASSURANCE A. The Engineer reserves the right to inspect the manufacture or fabrication. The Engineer's inspection of the work does not relieve the Contractor of the responsibility for the work. Errors or faults that are discovered during fabrication shall be corrected by the Contractor prior to installation. 1.6 SUBMITTALS A. Shop Drawings: 1. The Drawings represent design intent only. Contractor shall provide engineering of all sign types. The internal structure, dimensions, and specifications for all items shall be October 26, 2015 APPENDIX B - 10 1400 - 1 Signage 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD indicated on the shop drawings. Dimensions or specifications on the shop drawings which do not conform to the Drawings need to be noted as such and approved by the Engineer. a) Provide shop drawings for all items including but not limited to: 1) Complete fabrication and installation drawings for each sign type. Indicate dimensions, materials, finishes, seams, fastening, anchorage and footings, joining, sealing, backing, utility requirements, rough -in, and adjacent related site conditions. 2) Each sign type with all graphic elements. 3) Letter styles shall be accurately reproduced. B. The fabricator shall provide complete care and maintenance instructions for each sign type. 1.7 VERIFICATIONS OF DIMENSIONS AND QUANTITIES A. Verify dimensions and quantities prior to start of work. B. Notify the Engineer of discrepancies between Drawings and Specifications and actual job site conditions which would affect the execution of the work. Do not work in areas where discrepancies occur until instructed by the Engineer. PART 2 - PRODUCTS 2.1 MATERIALS - METALS A. Aluminum: 1. Sheet Aluminum ASTM B209: Provide alloy and temper consistent with specific fabrication and finishing processes. 2. Extruded aluminum: Provide alloy and temper consistent with specific fabrication and finishing processes. 3. Bars, rod, wire and shapes: ASTM B221 4. Pipe and tubing: Seamless, minimum Schedule 40 or equivalent wall thickness a) Non-structural: ASTM B210 and ASTM B241. B. Steel: 1. Exposed, painted locations and bending/formed uses: Stretcher -leveled, electrolytic zinc - coated, sheet steel, with phosphate or other specialty treatment for maximum paint adherence, ASTM A591, commercial or drawing quality, Coating Class C. 2. Concealed, unpainted locations and flat/unformed uses: Galvanized sheet steel Bars, ASTM A653, commercial quality, with G90 coating. 3. Steel shapes: ASTM A36, A53, A500, A501 hot -rolled or cold rolled shapes, plates and tubes in sizes indicated on Design Drawings. C. Stainless Steel:. 1. Fabricate of sheet or plate stainless steel (Type 316 as established by the American Iron and Steel Institute, and meeting Federal Specifications QQ-S-766 and American Society for Testing Materials A240) as indicated on drawings. Machine cut, Plasma cut or Brake - formed, heliarc electric welded construction, precision formed, with straight and even APPENDIX B - 10 1400 - 2 October 26, 2015 Signage 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD corners and edges. Visible distortions and other irregularities, due to heat of welding process, is not permitted on exposed surfaces. Test welds using dye -penetrant or vacuum -seam tester; reweld where necessary to obtain solid, complete weld joint. Grind welds smooth, flush, and finish to match adjacent surfaces. 2.2 MATERIALS — PRIMERS AND PAINTS A. Provide and use paint by: 1. Matthews Paint Co., Kenosha, WI 2. PPG Paint Co., Pittsburg, PA 3. Or approved equal. B. Paint Schedule: 1. Aluminum: a) Exterior surfaces of signs: 1) Pretreatment: Etching/wash type as recommended by paint manufacturer. 2) 1st coat: Epoxy primer. 3) 2nd coat: Two -component catalytic, linear, aliphatic polyurethane enamel with ultraviolet inhibitors. Automotive -type enamels are not acceptable 2. Zinc coated sheet and hot -dip galvanized steel: a) Pretreatment: Etching/wash type as recommended by paint manufacturer. b) 1 st coat: Exterior alkyd or latex primer. c) 2nd and 3rd coats: Exterior alkyd or 100% acrylic latex. Vinyl acrylics and similar acrylic blends are not acceptable. 3. Aluminum and ferrous metals below grade: a) 1st coat: Primer as recommended by paint manufacturer. b) 2nd and 3rd coats: Epoxy or urethane mastic protective coating system. 2.3 FABRICATION A. Signage shall be complete for proper installation as indicated on Drawings. B. Finished work shall be firm, well anchored, in true alignment, properly squared, with smooth clean uniform appearance, without holes, cracks, discoloration, distortion, stains, or marks. C. Construct work to eliminate burrs, dents, cutting edges, and sharp corners. D. Welding shall be in conformance with AWS requirements. Finish welds on exposed surfaces to be imperceptible in the finished work. E. Except as indicated or directed otherwise, finish all surfaces smooth and conceal all fasteners. F. Surfaces which are intended to be flat shall be without dents, bulges, oil canning, gaps, or other physical deformities. G. Surfaces which are intended to be curved shall be smoothly free-flowing to required shapes. H. Make access panels tight -fitting, light proof, and flush with adjacent surfaces. October 26, 2015 APPENDIX B - 10 1400 - 3 Signage 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD I. Exercise care to ensure that painted, polished, and plated surfaces are unblemished in the finished work. J. Isolate dissimilar materials. Exercise particular care to isolate nonferrous metals from ferrous metals. K. Ease all exposed metal edges. L. Provide miscellaneous metal items required for completion of the work even though not shown or specified. M. There shall be no visible labels on the completed signs unless required by law. N. Refer to Drawings for sign color specifications. O. Mounting: Mounting plates shall be in conformance with approved submittal. PART 3 - EXECUTION 3.1 EXAMINATION A. Inspect surfaces to receive signage which will interfere or affect signage installation. Starting work implies acceptance of surfaces as satisfactory. 3.2 INSTALLATION A. Install signage in accordance with approved submittals. B. Securely anchor work in proper location using anchors, anchorages, fasteners, or other methods approved on shop drawings. All anchors and fasteners shall be appropriate to the anchorage condition 3.3 CLEANING A. Keep areas of work clean, neat and orderly at all times. Clean surfaces, inside and out. Use approved cleaners if necessary to remove dirt. B. Protective coverings and strippable films shall be removed at a time that will afford the greatest protection of the signage. Surfaces shall be cleaned to remove excess glazing and sealant compounds, dirt, and other substances. C. Upon completion of work and before final acceptance, remove tools, surplus materials, apparatus, and debris from the site. Leave the site in a neat, and clean condition. Wash, clean, and leave paved areas without stains. 3.4 FINAL INSPECTION AND ACCEPTANCE A. Upon completion of work, a final inspection for acceptance will be performed by the Engineer. B. Unused submittals and mock ups shall be removed from site prior to final acceptance. APPENDIX B - 10 1400 - 4 October 26, 2015 Signage 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD C. Submit operation manuals, tools, and keys as specified in this Section. END OF SECTION October 26, 2015 APPENDIX B - 10 1400 - 5 Signage 15'" STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 12 9300 SITE FURNISHINGS PART 1 - GENERAL 1.1 DESCRIPTION A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, which contain information and requirements that apply to this section. B. Furnish all materials, labor, transportation, services, and equipment necessary to furnish and install site furnishings as shown on the Drawings and as specified herein. C. Work included in this Section: 1. Benches 2. Trash Receptacles 3. Bollards D. Related Work in other Sections: 1. Section 03 3300 Cast In Place Concrete 2. Section 32 1314 - Concrete Paving. 3. Section 32 8000 - Irrigation System. 4. Section 32 9300 — Trees, Shrubs and Groundcovers. 5. Section 32 9800 — Landscape Establishment. 1.2 QUALITY ASSURANCE A. Manufacturer's Directions: 1. Manufacturer's directions and drawings shall be followed in all cases where the manufacturers of articles used in the Section furnish directions covering points not shown in the Drawings and Specifications. B. Project Assurance: 1. Do not fabricate components, which require fitting to structural elements or into finished spaces until dimensions have been verified in the field. 1.3 SUBMITTALS A. The specific submittal requirements of this section shall be guided by Division 1. 2. Product Data: 1. Submit manufacturer's catalog cuts and a typed listing of all products specified in this Section, Including samples of each type of mounting anchors. B. Shop Drawings: 1. Submit for review and approval all manufacturers' catalogue information or shop drawings indicating size, materials, finishes, specifications, installation methods and quantities of items being supplied. October 26, 2015 APPENDIX B - 12 9300 -1 Site Furnishings 151' STREET/ BALBOA BLVD. REVITALIZATION 100% CD 1.4 PRODUCT HANDLING A. Delivery: 1. Deliver all specified products on-site in their original unopened packages for review by Engineer. If damage has occurred to the product(s), the Contractor shall be responsible to replace it (them) with matching new product(s) at his own expense. B. Storage: 1. Store materials in a dry and protected location. Protect from damage, deformation, staining, and moisture damage. C. Protection: 1. Protect products from damage due to Contractor negligence, vandalism and inclement weather. 1.5 COORDINATION A. The Contractor shall notify all other trades, such as plumbers, electricians and concrete installers in ample time to install his work, including sleeves, bolts and drains. PART 2 -PRODUCTS 2.1 BENCH Series: As manufactured by Forms and Surfaces Inc (800) 451-0410 Specifications are as follows: Series: Cordia Model No: SBCOR-72BA Size: 72" Length, 34.1" tall Color: Aluminum Texture, Wood slats Options: Surface Mount, with Center armrest Divider 2.2 TRASH RECEPTACLE As manufactured by Forms and Surfaces Inc (800) 451-0410. Specifications are as follows: Series: Dispatch Model No: SLDIS-136 Size: 25.5" Wide,21.8" Deep, 43" tall Color: Aluminum Texture Options: Surface Mount, Side Opening 2.3 BOLLARD As manufactured by by Forms and Surfaces Inc (800) 451-0410. Specifications are as follows: Series: TRIADA Model No: LBTRI Size: 41.9" Tall, 10.6" Diameter Color: Silver Texture Power Coat Option: Surface Mounted, Omit Lighting Component PART 3 - EXECUTION APPENDIX B - 12 9300 - 2 October 26, 2015 Site Furnishings 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.1 INSTALLATION A. Dimensions upon which work of this Section may be contingent upon shall be verified by the Contractor at the job site to insure proper placement and fit of the site furnishings specified. B. Work shall be set plumb, level, and true to line and shall present a neat and finished appearance. Include setting each item in its correct place, fastening it, connecting it, or incorporating it into other portions of the work, as each item may require. C. The work of this Section shall include the furnishing of anchors and adhesives required for installing and attaching the equipment specified herein. All furnishings shall be installed per manufacturers' recommendations unless noted otherwise in the Drawings. 1. All anchoring materials shall be stainless steel unless otherwise permitted by Engineer. D. Adequately protect all work from damage by subsequent construction operations. Damaged work shall be replaced by Contractor at no cost to the Owner. 3.2 BENCHES A. Locate as indicated on the Drawings. Review location with Engineer. Assemble after location is approved. Anchor per Manufacturer's Instructions. B. Relocated permanently mount existing 2"x6" donor plaques onto bench. Contractor to provide shop drawings detailing mounting and location of plaque on wood slats. Plaque to be flush with wood slats. 3.3 TRASH RECEPTACLES A. Locate as indicated on the Drawings. Review Location Engineer. Assemble after location is approved. Anchor per Manufacturer's Instructions. 3.4 BOLLARDS A. Locate as indicated on the Drawings. B. Comply with manufacturer provided instructions and drawings. C. Ground sleeves should be installed with the top of the sleeve set flush with the finished surface. Bollard posts and ground sleeves must be supplied by same source to provide consistent quality in appearance and performance. D. Bollard should not be inserted into the ground sleeve until it is leveled and fully cured. Attach bollard per manufacturer instructions. DO NOT ATTEMPT TO INSTALL BOLLARD IN THE LOCKED POSITION. E. If touch up painting in the field, be careful not to paint moving parts which may restrict the bollard's proper function. 3.5 CLEANUP A. Upon completion of the work under this Section, remove all rubbish, waste and debris resulting from his operations offsite. Remove all equipment and leave the entire work area in a neat and clean condition as accepted by the Engineer. October 26, 2015 APPENDIX B - 12 9300 - 3 Site Furnishings 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD END OF SECTION APPENDIX B - 12 9300 - 4 October 26, 2015 Site Furnishings 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 32 1314 CONCRETE PAVING PART 1 - GENERAL 1.1 GENERAL CONDITIONS A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, which contain information and requirements that apply to this section. B. Work Included in this section: 1. Portland cement concrete for sidewalks and flatwork as shown on the plans. C. Work related in other sections 1. Standard Specifications — Section 201 — Concrete, Mortar and Related Materials, Section 300 Earthwork and Section 303 Concrete and Masonry Construction. 2. Section 07 9005 — Joint Sealants 1.2 REFERENCES A. Standard Specifications: Standard Specifications for Public Works Construction ("Green Book"), by Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California Districts of the Associated General Contractors of California. 1.3 SUBMITTALS A. Product Data: All manufactured products, including joint fillers, admixtures and curing compounds. B. Shop Drawings: Submit shop drawings indicating locations of construction joints and score lines that are different from the locations shown on the plans C. Concrete Mix Submittals: 1. Concrete mix design: For each type of concrete and each compressive strength required by the Contract Documents. 2. Test data: When and as directed by Inspector of Record/Construction Manager, submit certified laboratory test reports confirming physical characteristics of materials used in the performance of the Work specified in this Section. D. Field Mock-ups: Provide at the project site, for review and selection by Engineer. Mock-ups of each for decorative concrete, concrete color and finish combination. 1. Mock-ups shall indicate the ranges of variation in texture proposed to be provided 2. Retain samples of cements, sands, aggregates and color additives used in mockup for comparison with materials used in remaining work. 3. Mock-ups shall be minimum 3 -feet by 3 by 4 -inches thick, one mock up for each finish and color combination, with at least one sample of each joint type. a) Engineer will review Mock-ups and select acceptable texture. If no sample is determined to be acceptable, construct additional Mock-ups of each concrete October 26, 2015 APPENDIX B -32 1314 - 1 Concrete Paving 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD paving and joint type complying with the Engineer's directions until acceptable sample is obtained. b) Retain approved mock-up for comparison with remaining work. 1.4 QUALITY ASSURANCE A. Industry Standard: Perform concrete paving Work in accordance with ACI 301. B. Regulatory Requirements: Where reference is made to Standard Specifications, the following shall apply. 1. Perform off-site work in public rights-of-way as indicated on the Contract Drawings and in accordance with requirements of authorities having jurisdiction, including Standard Specifications for Public Works Construction, as amended and adopted by those authorities. For conditions not indicated otherwise on Contract Drawings, conform to Standard Details adopted by authorities having jurisdiction, including Standard Details for Public Works Construction, as amended and adopted by those authorities. 2. Perform on-site Work as indicated and referenced on the Contract Drawings and as specified herein. C. Source Quality Control: Obtain like materials from one source throughout. D. Lines and Levels: Established by licensed Surveyor. Costs of surveying services shall be included in the Contract Sum. E. Industry Standard: Perform concrete paving Work in accordance with ACI 301. F. Pre -Construction Meeting: 1. Schedule at least (2) weeks prior to beginning of work, a Pre -Construction Meeting with Owner, General Contractor, and other contractor's that may be affected by the Contractor's work. 2. Record relevant discussions of Pre -Construction Meeting including decisions, directions and agreements reached that effect the Contractor's work. 3. Furnish copies of report to parties in attendance. 4. Review methods and procedures related to work of this Section, including, but not limited to the following: a) Submittals. b) RFI's. c) Location of mock-ups. d) Required materials, tools, and procedures. e) Construction schedule and sequencing of work. f) Construction details. g) Construction schedule and sequencing of work. h) Coordination with other trades and site conditions. i) Procedures for coping with unfavorable weather conditions. j) Waste disposal. k) Testing, inspections, reviews and procedures for approvals. G. Testing: APPENDIX B - 32 1314 - 2 October 26, 2015 Concrete Paving 15Ff1 STREET/ BALBOA BLVD. REVITALIZATION 100% CD 1. Owner will incur costs for required tests and inspections, except re -tests and re - inspections required due to failures by the Contractor. 2. Owner will choose a qualified testing agency. If not, the Contractor's recommended testing agency may be hired as long as requirements of ASTM C 1077 are met and personnel conducting laboratory tests are certified as ACI Concrete Laboratory Technician, Grade 1. Field testing to be conducted by personnel certified as ACI Concrete Field Testing Technician, Grade 1. 3. Samples of materials may be taken and analyzed for conformity to this Section. If requested, furnish samples to Engineer. H. Concrete Batch Plant Tickets: 1. Provide Engineer with concrete batch plant tickets for each concrete load delivered. Ensure that each ticket contains mix design number, type of cement, fine and coarse aggregates, admixtures, initial mix time, initial quantity of water added, total quantity of water allowed and signature of ready -mix plant dispatcher. 2. List color additives by designating manufacturer, product number and name. I. Protection of Existing Paving: Limit transport trucks to 12 ton cartage, so that existing paving is not subject to overweight damage. All damage to existing paving and other improvements shall be repaired or replaced by Contractor at no change in Contract Sum and Contract Time. 1.5 DELIVERY, STORAGE AND HANDLING A. Delivery, Storage and Handling: Comply with requirements specified for regular concrete in Section 303 Concrete and Masonry Construction B. Colored Admixture: Comply with manufacturer's instructions. Deliver colored admixtures in original, unopened packaging. Store in dry conditions. 1.6 PROJECT CONDITIONS A. Water and Dust Control: Maintain control of concrete dust and water at all times. Do not allow adjacent planting areas to be contaminated. B. Schedule delivery of concrete to provide consistent mix times from batching until discharge. Mix times shall meet manufacturer's written recommendations. C. Integrally Colored Concrete Environmental Requirements: 1. Schedule placement to minimize exposure to wind and hot sun before curing materials are applied. 2. Avoid placing concrete if rain, snow, or frost is forecast within 24 -hours. Protect fresh concrete from moisture and freezing. 3. Comply with professional practices described in ACI 305R and ACI 306R. D. Ensure that substrate to receive concrete paving is acceptable prior to beginning Work. Do not begin Work until unsatisfactory conditions have been rectified to Engineer's satisfaction. E. Sequencing and Scheduling of Work: 1. Other Trades Work: October 26, 2015 APPENDIX B -32 1314 - 3 Concrete Paving 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD a) Coordinate with other trades, items that need to be furnished and set in place prior to beginning Work. b) Install accessories embedded in concrete for provision of holes, vaults, and openings, necessary to execution of other trades work. c) After wood forms have been placed and approved by the Engineer, immediately notify other trades in order to give them sufficient time to complete their portion of work. F. Do not place concrete when subbase surface temperatures are below 40 degrees F or when surfaces are wet. 1.7 COORDINATION A. Ensure that utilities including irrigation sleeves and other surface elements such as plaques, lids, and boxes, are coordinated with other trades prior to placing concrete. 1.8 INSPECTION OF SITE A. Verify conditions at site that affect Work of this Section. Report significant discrepancies between actual field conditions and Drawings to the Engineer for resolution prior to commencing work. PART2-PRODUCTS 2.1 BASE MATERIALS A. Soil: As specified in Section 400 Alternate Rock Products. 2.2 COLORS A. Concrete Colors: Provide cement, sand aggregate and colored admixture as required to match approved mockup. B. Specified Manufacturer: L. M. Scofield (800) 800-9900, or approved equal. C. Curing Compound: Color to match integral colored concrete. 2.3 FORM MATERIALS A. Form Materials: Steel or wood, at Contractor's option, profiled to suit Project conditions, to the lines and grades shown on Drawings. 1. Lumber shall be S4S No. 2 or better Douglas fir. At straight forms, use 2x lumber. At curved forms, provide laminated 1x lumber or plywood. 2. Soil forms are not permitted to form paving work. B. Formwork: Construct formwork to result in concrete formed the lines, profiles and grades shown on Drawings. Provide adequate bracing in conformance with the general material requirements. Soil forms shall not be used for Portland cement concrete paving. APPENDIX B - 32 1314 - 4 October 26, 2015 Concrete Paving 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD C. Headers and Stakes: Pressure preservative treated Douglas fir, 2x6 nominal sizes except at curves provide laminated 1x6. Use hot dipped galvanized nails only. 2.4 REINFORCEMENT A. Reinforcement, General: As indicated on the Drawings and specified following. Off-site Work shall comply with Standard Specifications and Standard Details. B. Synthetic Fiber Reinforcement: Fibrillated polypropylene fibers engineered and designed for use in concrete pavement, complying with ASTM C 1116, Type III, % to 1-1/2 inches (13 to 38mm). Provide one of the following, or equal. 1. Axim Concrete Technologies; Fibrasol F, (800)-899-8795. 2. Euclid Chemical Company (The); Fiberstrand F. (800) 321-7628 3. FORTA Corporation; Forta. 4. Grace Construction Products, W.R. Grace& Co.; Grace Fibers. 5. SI Concrete Systems; Fibermesh. C. Steel Reinforcing Bars, On -Site Work: ASTM A 61 5, Grade 60 , unless otherwise indicated, deformed billet steel bars, clean and free from rust, scale and coatings that would reduce bond. Unless otherwise indicated on the Drawings, provide minimum No. 3 reinforcing bars at 18" on center each way. 1. Steel shall be fully epoxy coated in accordance with ASTM 775, by a plant certified by the Concrete Reinforcing Steel Institute. D. Dowels: Smooth or deformed epoxy coated steel reinforcing bars, as indicated on the Drawings and to work with dowel sleeves specified below. 1. Steel shall be fully epoxy coated in accordance with ASTM 775, by a plant certified by the Concrete Reinforcing Steel Institute. 2. Fiberglass dowels may be used as a substitute for dowels at no additional cost to City: Provide the following, or equal: a) Fiberdowel, as manufactured by RJD Industries, Laguna Hills, CA 92653 (800)344-4753, www.ridindustries.com, or approved equal. E. Dowel Sleeves: Speed Dowel slip -dowel system, as manufactured by Greenstreak, (800)325- 9504, or equivalent in accordance with the "or equal' provision specified in Section 01630 — Substitutions. 1. Sleeves shall be two-piece design, with sleeve to slip over smooth or deformed reinforcing bar and base plate to secure sleeve in form. 2. Sleeve materials shall be polypropylene plastic. F. Supports for Reinforcement: Wire -bar -type chairs, bolsters, bar supports and spacing devices, complying with CRSI Manual of Standard Practice, for spacing, supporting and fastening reinforcing bars and welded wire fabric in place. Provide size and shape as required for strength and support of reinforcement during reinforcement installation and concrete placement. G. Tie Wires: 18 gage minimum, black annealed steel. Coated for use with epoxy coated reinforcing. H. Reinforcement Fabrication: To required shapes and dimensions, in accordance with Standard Specifications 201-2 and 303-1.7.3. October 26, 2015 APPENDIX B -32 1314 - 5 Concrete Paving 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 2.5 NATURAL COLOR CONCRETE MATERIALS A. Concrete Materials, General: 1. Comply with Standard Specifications for site paving. 2. For exterior slabs on grade comply with requirements specified in Division 3 - Concrete. B. Portland Cement: ASTM C 150, Type V. C. Fine and Coarse Aggregates: ASTM C 33, clean, hard and durable. 1. Fine aggregates: Manufactured or natural sand. Fine aggregates shall be from single source and of like visual appearance. Fly Ash will not be allowed. 2. Coarse aggregates: Size ranging from 3/8 -inch to 1/2 -inch. Coarse aggregates shall be from single source and of like visual appearance. D. Chemical Admixtures: ASTM C 49 4, types as follows. Admixtures which result in more than 0.1 percent of soluble chloride ions by weight of cement are prohibited. Use no admixtures not included in mix design. Admixtures used in integral -color concrete shall comply with requirements of manufacturer of color additive and finishing products. 1. Water Reducing: Type A. 2. Set Retarding: Type B. 3. Set Accelerating: Type C. 4. Water Reducing and Set Retarding: Type D. 5. Water Reducing and Set Accelerating: Type E. 6. High Range Water Reducing Type F and G. E. Curing Compounds for Natural Color Concrete: Non -staining, dissipating resin, conforming to ASTM C 309, Type 1, Class B, translucent, complying with applicable air quality (VOC) regulations. 1. W.R. Meadow's Sealtight 1100. 2. L&M Cure R, manufactured by L&M Construct ion Chemicals, or approved equal. F. Water: Clean and not detrimental to concrete. 2.6 INTEGRALLY COLORED CONCRETE MATERIALS A. Colored Admixture for Integrally Colored Concrete: CHROMIX® Admixtures for Color - Conditioned Concrete including CHROMIX P® Admixtures, CHROMIX ML® Admixtures or CHROMIX L° Admixtures; L. M. SCOFIELD COMPANY. 1. Admixture shall be a colored, water -reducing, admixture containing no calcium chloride with coloring agents that are lime proof and ultra -violet resistant. 2. Colored admixture shall conform to the requirements of ACI 303.1, ASTM C979, ASTM C494 and ASSHTO M194. 3. Raw pigments are not an equivalent and may not be substituted. B. Curing Compound for Integrally Colored Concrete: Curing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. 1. Exterior Integrally Colored Concrete: Exterior Integrally Colored Concrete: LITHOCHROME® ColorwaxTm;L. M. SCOFIELD COMPANY Company. Use to cure exterior flatwork that will be allowed to cure naturally with only occasional maintenance. APPENDIX B - 32 1314 - 6 October 26, 2015 Concrete Paving 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD C. Curing and Sealing Compound: SCOFIELD Cureseal-W Semi -gloss and SCOFIELD Cureseal- S Matte; L.M. Scofield Company. Curing and sealing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. D. Substitutions; the use of products other than those specified will be considered providing that the Contractor requests its use in writing within 14 -days prior to bid date. This request shall be accompanied by the following: 1. A certificate of compliance from material manufacturer stating that proposed products meet or exceed requirements of this Section, including standards AC1303.1, ASTM C979, ASTM C494 and AASHTO M194. 2. Documented proof that proposed materials have a 10 -year proven record of performance, confirmed by at least 5 local projects that Engineer can examine. 2.7 CURING FOR INTEGRALLY COLORED CONCRETE A. Integrally Colored Concrete: Apply curing and sealing compound for integrally colored concrete according to manufacturer's instructions using manufacturer's recommended application techniques. Apply curing and sealing compound at consistent time for each pour to maintain close color consistency. B. Curing compound shall be same color as the colored concrete and supplied by same manufacturer of the colored admixture. C. Precautions shall be taken in hot weather to prevent plastic cracking resulting from excessively rapid drying at surface as described in CIP 5 Plastic Shrinkage Cracking published by the National Ready Mixed Concrete Association. D. Do not cover concrete with plastic sheeting. 2.8 ACCESSORY MATERIALS A. Form Release Compound: Debond Form Coating, manufactured by L&M Construction Chemicals, or equivalent product of another manufacturer in accordance with the "or equal" provision specified in Section 01630 — Options and Substitutions: B. Bonding Agent: One of the following, or approved equal 1. Everbond, manufactured by L&M Construction Chemicals. 2. Weldcrete, manufactured by Larsen Products Corporation. C. Expansion Joint Filler, Paving: Deck -O -Foam Expansion Joint Filler manufactured by W.R. Meadow s, Inc. (local representative, Pomona, CA, (909)469 -2606 or (800)342-5976), or equivalent product of another manufacturer in accordance with the " or equal" provision specified in Section 01630 — Options and Substitutions, conforming to AASHTO-M-153 -84, Type 1 and Type 2, 1/2 -inch thick, compatible with joint sealing products. D. Top Surface Retardent (for Acid Wash Finish) - Top Cast Grade 03 Water Based Retardent by Grace Construction Products or approved equal. E. Top Surface Retardent (for Medium Sandblast Finish) - Top Cast Grade 15 Water Based Retardent by Grace Construction Products or approved equal. October 26, 2015 APPENDIX B -32 1314 - 7 Concrete Paving 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD F. Top Surface Retardent (for Heavy Sandblast Finish) - Top Cast Grade 125 Water Based Retardent by Grace Construction Products or approved equal. G. Expansion Joint Sealant, Paving: Three -component urethane joint sealant, as specified in Section 07 9005 — Joint Sealers, color to match adjacent concrete color. Include sand for seeded sand finish. H. Acidic Cleaner: Manufacturer's standard acidic masonry restoration cleaner composed of hydrofluoric acid blended with other acids, detergents, wetting agents, and inhibitors. Acceptable products: 1. 80 1 Heavy Duty Masonry Cleaner by American Building Restoration Products, Inc. 2. 10 1 Masonry Restorer by Diedrich Technologies Inc. 3. Hydroclean Concrete Cleaner (HT -477) by Hydrochemical Techniques, Inc. 4. Price Heavy Duty Restoration Cleaner by Price Research, Ltd. 5. SureKlean Heavy -Duty Restoration Cleaner by ProSoCo. I. Concrete Sealer: HLQ-125 as manufactured by SINA K Corp., San Diego, CA (619/231-1771), or equivalent product of another manufacturer in accordance with the " or equal" provision specified in Section 01630 — Options and Substitutions, penetrating sealer that interacts with mineral compounds and siliceous materials in Portland cement concrete to produce more dense, non -dusting surface. J. Concrete Sealer for Abrasive and retardant finishes. Miracle Cover as manufactured by Miracle Cover, Incorporated (800/304-7325) K. Joint Dowels: Plain Steel epoxy coated bars conforming to ASTM A36 and be free of any rust dirt, grease or oils. L. Speed Dowel: Provide as manufactured by Greenstreak Inc. 800.325-9504 two part speed dowel system comprised of a reusable base and a plastic sleeve. Both pieces shall be manufactured from polypropylene plastic. 2.9 CONCRETE MIXES A. Concrete Mix and Delivery Requirements, General: Comply with requirements specified in Section 303 Concrete and Masonry Construction. B. Concrete Mix for Pedestrian (Sidewalk) Pavements, Natural Color: 1. Natural color concrete for paving on site, see Standard Specifications Type 560 C 3250. C. Concrete mix design for integrally colored concrete 1. Minimum Cement Content: 5 sacks per cubic yard of concrete. 2. Minimum 28 day compressive strength as indicated on Drawings or, if not indicated, 3250 psi. 3. Slump of concrete shall be consistent throughout Project at 4 -inches or less. At no time shall slump exceed 5 -inches. 4. Do not add calcium chloride to mix as it causes mottling and surface discoloration. 5. Supplemental admixtures shall not be used unless approved by manufacturer. 6. Do not add water to the mix in the field. APPENDIX B - 32 1314 - 8 October 26, 2015 Concrete Paving 151' STREET/ BALBOA BLVD. REVITALIZATION 100% CD 7. Add colored admixture to concrete mix according to manufacturer's written instructions. PART 3 - EXECUTION 3.1 EXAMINATION A. Verification of Conditions: 1. Notify the Engineer 24 hours prior to commencement of placing concrete. 2. Excavations, formwork, reinforcement, aggregate base and embedded items shall be reviewed by the Engineer prior to placement of concrete. 3.2 PREPARATION A. Identification of Existing Conditions: Contractor shall take precautionary measures as necessary to protect all existing utilities, structures, landscaping and other improvements to remain where Work is performed. 1. Identify required lines, levels, contours and datum. 2. The Drawings do not purport to show all below grade conditions and objects on the site. 3. Identify above and below grade utilities. Contact serving utilities and contact Underground Service Alert (USA) at (800)227-2600, to locate and mark existing underground utility lines on site. Coordinate marking with Utility Location Service for location of underground pipes. a) Notify USA at least 48 hours in advance of performing Work near underground utilities. b) Notify serving utilities to terminate, remove and relocate utilities as necessary. c) Maintain and protect existing utilities remaining in Work area. d) Mark paving and install stakes and flags in unpaved locations to indicate presence and characteristics of existing utilities. 4. Should utilities and other below - grade conditions be encountered which adversely affect the Work, discontinue affected Work and notify Engineer for direction. Unforeseen conditions will be resolved in accordance with provisions of the Conditions of the Contract. 5. Should a utility line or structure be damaged, immediately notify the responsible utility company or agency and notify Engineer. a) Repair or replace all damaged utility lines and structures as directed by the responsible utility company or agency. b) Repair or replacement of damaged utility lines and structures whose location or existence has been made known to the Contractor shall be at no change in Contract Time and Contract Price. c) Encounters with unknown utility lines and structures shall be governed by the provisions of the General Conditions of the Contract. B. Protection: Protect streets, roads, sidewalks, drainage channels, adjacent property, designated trees, and other existing improvements to remain. 1. Erect and maintain temporary barriers and take other protective measures to prevent spread of debris, to provide for continued use of adjacent properties and to protect existing construction which is not indicated to be altered. 2. Review location and type of construction of temporary barriers with Owner. October 26, 2015 APPENDIX B -32 1314 - 9 Concrete Paving 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3. Barriers shall control dust, debris and provide protection for persons occupying and using adjacent facilities. 4. Maintain protected egress and access at all times, in accordance with requirements of authorities having jurisdiction. 3.3 SUB -BASE A. Sub -Base Preparation and Aggregate Base Placement, General: As specified in Section 300 of the Standard Specifications. 1. Fine grading, checking, shaping, and compacting of subgrade shall be complete before start of Portland cement concrete paving Work. B. Sub -Base Preparation: Prepare subgrade in compliance with Standard Specifications, Section 301-1. Prepare and place sub -base, if indicated on the Drawings, in compliance with Section 301 - Treated Soils, in the Standard Specifications. C. Aggregate Base Placement: Where indicated, place and compact aggregate base material in accordance with Standard Specifications, Subsection 301-2. Base shall be in place and properly compacted before start of Portland Cement Concrete Work. D. Place and compact aggregate base at paving, curbs and gutters and at other locations indicated on the Drawings. E. Curbs and Gutters: Schedule Portland cement concrete curbs and gutters to be in place and cured prior to start of adjoining asphaltic concrete and Portland cement concrete paving Work. F. Moisture Conditioning: Moisten base to minimize absorption of water from fresh concrete. Do not place concrete on standing water. 3.4 FORMING A. Concrete Formwork Construction: Comply with Standard Specifications and the following. 1. Forming material in contact with finished face of concrete shall be in like -new condition. 2. Construct formwork accurately and to configurations and dimensions indicated for finish concrete Work. 3. Formwork shall be substantial, mortar -tight and braced to maintain position and shape during placement of reinforcing and concrete. 4. Hold forms rigidly in place by stakes, clamps, spreaders and braces where required to ensure rigidity. 5. Construct curb forms wit h smooth side placed next to exposed concrete face. 6. Curb forms shall have true, smooth upper edge. 7. Depth of curb forms at back of curbs shall be equal to full depth of curb. 8. Depth of face forms shall be equal to full face height of curb. 9. Benders or thin plank forms may be used to form curves and at grade changes and curb returns. 10. Back forms for curb returns may be made of 1 /2 -inch thick benders cleated together for full depth of the curb. 11. Formwork shall not deviate more than 1/8 -inch from required posit ions and levels. APPENDIX B - 32 1314 - 10 October 26, 2015 Concrete Paving 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 12. Verify formwork alignment and levels as Work proceeds, promptly making adjustments and adding bracing as necessary. 13. Construct and assemble formwork to permit easy stripping and dismantling without damage to concrete. Locate joints at acceptable locations. 14. Benders or thin plank forms may be used to form curves and at grade changes. 15. Place embedded joint filler in position, vertically and in straight lines. Secure joint filler to formwork during concrete placement. B. Surfaces and Edges: Except where special finishes and tooled edges are indicated, provide all exposed finish surfaces of dense concrete with sharp arises and out side corners. C. Recesses and Openings: As indicated on Drawings or as directed. D. Formwork Removal: Remove forms without damaging concrete. 1. Remove the form on the front of curbs in not less than one hour nor more than 6 hours after the concrete has been placed. 2. Remove side forms for sidewalks, gutter depressions, island paving and driveways, not less than 12 hours after the finishing has been completed. 3.5 REINFORCEMENT A. Unless otherwise indicated on Drawings or in Standard Specifications, provide concrete cover in compliance with ACI 318. 1. Place, support and secure reinforcement against displacement. B. Reinforcement Spacing: Space reinforcement as indicated on Drawings or and per Paragraph 2.5. If not otherwise indicated, maintain clear spacing of two times bar diameter but not less than 1-1/2 inches, nor less than 1-1/3 times maximum size aggregate. C. Coordination: Locate reinforcement to accommodate embedded products and formed openings and recesses. D. Reinforcement Supports: Provide load bearing pads under supports or provide precast concrete block bar supports. E. Dowels: Secure tie dowels in place in plastic dowel sleeves before depositing concrete. Provide No. 3 bars for securing dowels w here no other reinforcement is provided. F. Special Requirements for epoxy coated bar 1. Store coated and uncoated bar separately. 2. Use care in handling and placement to avoid damage to the coating, 3. Bar support and spacers to be non-conductive or plastic. 4. Use coated wire ties. 5. Inspect prior to pour and repair damaged coating with 2 part coating per manufacturer's recommendation. 6. Use plastic headed vibrators or other non metal tools to consolidate concrete. 3.6 COORDINATION WITH EXISTING CONSTRUCTION October 26, 2015 APPENDIX B -32 1314 - 11 Concrete Paving 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Connection to Existing Construction: Provide expansion joints at intersection of new concrete and existing concrete paving. Dowel new concrete to existing construction. Drill holes in existing concrete, insert steel dowels and pack with non -shrinking grout. B. Preparation of Existing Concrete: Prepare previously placed concrete by cleaning with steel brush and apply bonding agent in accordance with manufacturer's instructions. Omit bonding agent where expansion joint occurs. 3.7 CONSTRUCTION JOINTS A. Joints, General: Locate joints and score lines dimensionally in relationship to contiguous building and site construction. See Landscape Drawings for primary joint layout, Civil and Architectural drawings for supplemental joint locations. B. Isolation Joints: 1. Install isolation joints and caulking under Section 07 9005 — Concrete Pavement Joint Sealants. 2. Provide isolation joints at intersections of concrete paving & curbs and gutters with building walls, foundations, retaining walls and similar cast -in-place concrete elements. 3. Install continuous expansion joint filler full depth at construction joints and at vertical surfaces. Remove top portion of joint filler and apply joint sealant. 4. Place expansion control filler to correct elevation and profile. C. Expansion Joints: Unless otherwise indicated, provide expansion (contraction) joints as indicated on the Drawings but not greater than 10 feet on centers for flatwork and 10 feet on centers for curbs. Extend joint entirely through slabs and curbs. Premolded plastic joints will not be acceptable. Comply also with the following: 1. Coordinate locations to align expansion joints in adjoining concrete walks, curbs, gutters and other exterior flatwork. 2. Provide expansion joints at construction (cold) joints. 3. Provide expansion joints at beginning and end of all curved segments. 4. Lay out expansion joint locations to occur where possible at penetrations such as handrail posts and columns. 5. Break reinforcing steel at expansion joints only and provide slip dowel joints 6. Install continuous expansion joint filler full depth at construction joints and at vertical surfaces. Remove top portion of joint filler and apply joint sealant. 7. Place expansion control filler to correct elevation and profile. 8. Tool exposed edges. 9. Align curb, gutter, and sidewalk joints. D. Joint Filler: Place expansion control filler to correct elevation and profile, as indicated on Drawings. 1. Where joint is indicated to receive joint sealer, recess top of filler 1/2 -inch. 2. Where joint is not indicated to receive joint sealer, place top of filler slightly recessed from finished concrete surface. 3. Refer to Landscape Drawings for additional information and expansion joint locations. E. Joint Sealer: Install joint sealer after concrete placement, finishing and curing as specified in Section 07 9005 - Joint Sealers. Include seeded sand finish. APPENDIX B - 32 1314 - 12 October 26, 2015 Concrete Paving 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 1. Refer to ACI 302 "Guide for Concrete Floor and Slab Construction" for work under this section. F. Control Joints, Construction Joints, and Decorative Sawcuts: 1. Saw cut Control and construction joints in locations, evenly spaced as indicated on the Drawings but not to exceed 16 feet on center maximum. If joints locations are not indicated, provide control joints as directed and in compliance with the following: a) Lay out control joint locations to occur at penetrations such as handrail posts and columns and where shown on Drawings. b) Coordinate control joint locations to align with expansion joints in adjoining concrete walks, curbs, gutters and other exterior flatwork. 2. Perform jointing with a new diamond tip circular saw. 3. Joint Width: 3/16 -inch. Do not exceed 3/16 -inch in width. 4. Saw cut Depth: a) Control Joints: Cut joints as to depth indicated on the Drawings. b) Decorative Saw cut Joints: '/ inch. 5. Saw cut joints in a straight line with no over cutting at intersections. 6. Use a hand grinder with a 4 -inch diamond blade to saw cut up to vertical edges such as walls, steps, curbs and columns. Do not over cut into vertical surfaces or adjacent concrete. 7. Location of Construction Shall coincide with expansion joints to maintain even color for large fields and bands, consistent with the extent of work to be performed in a single day. G. Dowelling 1. Provide Slip Dowelling at all expansion joints. 3.8 CONCRETE MIXING, CONVEYING AND PLACEMENT A. Mixing: Comply with Standard Specifications, Subsection 2 01-1.4. If batch plant is within travel time not exceeding maximum limit s, transit mix concrete in accordance with ASTM C 94. If travel time exceeds limits, provide alternative means for mixing and submit for review and approval. B. Concrete Conveying and Placement: Convey and place concrete between predetermined construction joints, in accordance with ACI 30 1, ACI 30 4 and Standard Specifications Subsection 20 1-1.5 and Subsection 3 02-6.3. Place concrete continuously between predetermined construction joints. 1. Hot Weather Placement: Comply also with ACI 305. 2. Cold Weather Placement: Comply also with ACI 306. C. Concrete Consolidation: Comply with ACI 304. D. Protection: Ensure that reinforcement, embedded products, joint fillers and joint devices are not disturbed during concrete placement. 3.9 CONCRETE PAVING FINISHING AND CURING A. Concrete Paving, General: Provide Portland cement concrete paving with smooth and textured surfaces, at exterior paving locations as indicated on Landscape Drawings. Unless otherwise October 26, 2015 APPENDIX B -32 1314 - 13 Concrete Paving 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD indicated, provide natural grey color concrete and acid wash finish. Paving to be finished per Paving Schedule, as shown on the Plans. B. Finishing of Concrete with Troweled Surface: At concrete paving, curbs and gutters in public rights-of-way, comply with Standard Specifications Subsection 3 02-6.4. All concrete surfaces shall have cross -slope of 1/4 -inch per foot (2 percent) for drainage. 1. Trowel Finish, Surfaces with Less Than 6 -Percent Slope: Two-step trowel finish, followed after surface has achieved initial set by lightly roughening concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route, to achieve "medium broom finish." 2. Trowel Finish, Surfaces with 6 -Percent and Greater Slope: Two-step trowel finish, followed after surface has achieved initial set by roughening concrete surface by brooming with fiber bristle broom perpendicular to main traffic route, to achieve "heavy broom finish." 3. Trowel Finish at Curbs and Gutters: Two-step trowel finish. See also requirement specified below for paving finish at wheelchair -accessible curb cuts. C. Tooled Edges: Rounded, minimum 1 /8 -inch and maximum 3/16 -inch radius, at all edges of Portland cement concrete paving unless specifically noted otherwise. D. Detectable Warning Grooves: As specified below for ramps. E. Acid Wash and Sandblast (Retardant) Finishes 1. Apply retardant uniformly to surface of wet concrete after initial water bleed rises to the surface. Spray with low-pressure sprayer until surface has a complete hiding coat 2. 12 hours after retardant has dried, wash retardant coating away with high pressure stream of water. Wash uniformly and without interruption for each contiguous panel. Match finish of approved mockup F. Abrasive Blast Finishes at Concrete Paving: (Alternate Method) ACI 301, two-step trowel finish to dense, smooth surface, free of trowel marks and other blemishes. 1. After curing, mask areas not indicated to receive abrasive blast finish. 2. Perform abrasive blasting no sooner than 28 days after placement of each concrete section. 3. Use backup boards to maintain uniform edges and corners. 4. Use abrasive grit of suitable type and gradation to remove surrounding matrix and expose aggregate. 5. Provide blast finishes matching reviewed samples. a) Medium abrasive blast: Evenly blast uncovered areas to expose fine aggregate with occasional exposure of coarse aggregate and uniform color. Maximum reveal shall be 1/16 -inch (1.5 mm). b) Heavy abrasive blast Evenly blast uncovered areas to expose coarse aggregate and uniform color. Maximum reveal shall be 5/8 -inch (16 mm). 6. Perform abrasive blasting as continuous operation, utilizing same crew of workers, to maintain consistency. Use same nozzle, nozzle pressure and blasting technique as used for sample panel. Finish shall be uniform in color and texture. 7. Maintain control over abrasive grit and concrete dust. Provide covers and barriers as necessary to prevent dust from soiling and contaminating surrounding areas. APPENDIX B - 32 1314 - 14 October 26, 2015 Concrete Paving 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 8. Remove all expended abrasive grit and concrete dust at the end of each work period, and dispose legally and properly off site. 9. After abrasive blasting, wash surface with specified concrete cleaner. 10. Abrasive blasted areas shall have static coefficients of friction of not less than 1.4 to 1.6 (dry) and 1 2 to 1 4 (wet) when field tested in accordance with ASTM C 1028. G. Finishing Wheelchair -Accessible Walkways, Ramps and Curb Cuts: Form and finish wheelchair accessible curb ramps and curbs in compliance with California Building Code (CBC) Section 1127B and as indicated on the Drawings. 1. Trowel surface and apply Heavy broom finish contrasting with adjacent paving. 2. Tool or otherwise form detectable grooves at pedestrian traffic walkways, curb cuts and accessible ramps, in compliance with requirements of California Building Code (CBC) Section 1127B.5.7 and as indicated on the Contract Drawings. Unless otherwise indicated, provide 12 -inch wide border with 1/4 -inch by 1/4 -inch grooves at 3/4 -inch on centers at the level surface along the top and side of wheelchair -accessible ramps and curb cuts. 3. Except when curb ramp surface slopes at greater than 6.67% (1:15), provide truncated domes on sloped surface in compliance with California Building Code (CBC) Section 1127B.5.8 and as indicated on the Contract Drawings. 4. Provide truncated dome tiles as indicated on the Drawings and specified in Section 02840 Parking Striping. 3.10 FIELD QUALITY CONTROL A. Request review from the Engineer for each of the following: 1. Subgrade preparation. 2. Layout of formwork. 3. Reinforcement installation. 4. Control and decorative joints layout, including joints in curbs. 3.11 CURING AND SEALING OF PORTLAND CEMENT CONCRETE PAVING A. Curing of Natural Color Concrete: Apply curing compound immediately after finishing. Comply with manufacturer's instructions and recommendations. 1. Concrete Curing at Natural Color Paving, Curbs and Gutters: Apply curing compound immediately after finishing. Comply with manufacturer's instructions and recommendations and Standard Specifications. 2. Concrete Curing at Exterior Slabs on Grade: Moist cured by sheet method, as specified in Section 03300 — Cast -in -Place Concrete. 3. Curing procedure shall not cause loss of adhesion of exposed aggregate. 3.12 TOLERANCES AND TESTS A. Exterior Concrete Tolerance: ACI 301, Class B, 1/4 -inch in 10 feet, except Work in public rights-of-way shall comply with Standard Specifications. B. Drainage Test: After concrete has thoroughly cured, flood test all paving to demonstrate positive drainage. No standing water shall remain 1 -hour after test. October 26, 2015 APPENDIX B -32 1314 - 15 Concrete Paving 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.13 ADJUSTMENTS A. Adjustments: Remove concrete paving that is defective. Defective concrete shall be concrete determined by Engineer to be damaged, marred, stained, not true to line and plane, not properly finished, cracked, not pitched to properly drain and exposed voids (honeycomb). 1. Sacking of concrete voids will not be acceptable. 2. Remove defective concrete from expansion (contraction) joint to expansion (contraction) joint. 3. Reconstruct removed concrete paving in compliance with specified requirements. 4. Reconstructed concrete shall be indistinguishable from other Work. 3.14 PROTECTION A. Protection During Curing: Protect concrete from premature drying, excessive hot or cold temperatures, and mechanical injury. B. Protection from Traffic and Mechanical Damage: Protect paving from soiling, chipping, marring and cracking due to construction activities subsequent to placing, finishing and curing Portland cement concrete paving. Refer to requirements for protection of completed Work specified in Section 01 6100 - Product Handling. 1. The Contractor shall not open street improvements to vehicular use until Concrete Paving 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. 2. Prohibit all vehicular traffic across pedestrian paving unless suitable base and reinforcement have been added. 3. Provide lumber ramping and plywood covering where curbs and gutters are subject to vehicular and equipment traffic during construction. 3.15 CLEANING A. Cleaning: Apply cleaning solution to all finish concrete paving to remove cement haze and expose clean concrete. Comply with manufacturer's instructions and recommendations and applicable industrial safety regulations. 1. Perform cleaning in multiple washes, to achieve finish to match reviewed mock-ups. 2. Provide solution containment and disposal in compliance with applicable environmental protection regulations. B. Cleaning, Control Joints: Clean by compressed air or by abrasive blasting as necessary to remove excess concrete. C. Patching: No patching will be acceptable. Remove defective concrete as specified above for damaged concrete. 3.16 REQUEST FOR INSPECTIONS A. Submit request for inspections after completion of each phase. Do not Proceed to the next phase unless the previous phase has been completed. APPENDIX B - 32 1314 - 16 October 26, 2015 Concrete Paving 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD END OF SECTION October 26, 2015 APPENDIX B -32 1314 - 17 Concrete Paving 15"' STREET/BALBOA BLVD. REVITALIZATON 100% CD SECTION 32 1315 CONCRETE PAVING WITH EXPOSED SPECIALTY AGGREGATE PART 1 - GENERAL 1.1 GENERAL CONDITIONS A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, which contain information and requirements that apply to this section. B. Work Included in this section: 1. Portland cement concrete with exposed specialty aggregate (CESA) as shown on the plans at the Compass Rose. 2. This section covers multiple patented methods of installing concrete with hand seeded specialty aggregate placed in the in the uppermost layer of the concrete and then exposed. It does not specify which process or patent is acceptable, but it does require a licensed installer. C. Work related in other sections 1. Standard Specifications — Section 201 — Concrete, Mortar and Related Materials, Section 300 Earthwork and Section 303 Concrete and Masonry Construction. 2. Section 07 9005 — Joint Sealants 1.2 REFERENCES A. Standard Specifications: Standard Specifications for Public Works Construction ("Green Book"), by Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California Districts of the Associated General Contractors of California. B. American Concrete Institute (ACI) — 2008 Edition: 1. ACI 302 - Recommended Practices for Concrete Floor and Slab Construction. 2. ACI 304R - Guide for Measuring, Mixing, Transporting and Placing Concrete. 3. ACI 305R - Hot Weather Concreting. 4. ACI 306R - Cold Weather Concreting. 5. ACI 308 - Standard Practices for Curing Concrete. C. American Society of Testing Materials (ASTM): 1. ASTM A 615 - Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete Reinforcement, 2. ASTM C 33 - Standard Specification for Concrete Aggregates. 3. ASTM C 94 - Standard Specification for Ready -Mixed Concrete. 4. ASTM C 150 - Standard Specification for Portland Cement. 5. ASTM C 171 - Sheet Materials for Curing Concrete. 6. ASTM C 172 - Standard practice for Sampling Freshly Mixed Concrete. 7. ASTM C 309 - Standard Specifications for Liquid Membrane -Forming Compounds for Curing Concrete. 8. ASTM C 494 - Standard Specification for Chemical Admixtures for Concrete. 9. ASTM C 979 - Standard Specification for Pigments For Internally Colored Concrete. 10. Concrete Mix Design, Quality Control and Specification - Fourth Edition. 1.3 SUBMITTALS A. Product Data: All manufactured products, including joint fillers, admixtures and curing compounds. October 26, 2015 321315-1 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON 100% CD B. Shop Drawings: Submit shop drawings indicating locations of construction joints and score lines that are different from the locations shown on the plans C. Concrete Mix Submittals: 1. Concrete mix design: For each type of concrete and each compressive strength required by the Contract Documents. 2. Test data: When and as directed by Inspector of Record/Construction Manager, submit certified laboratory test reports confirming physical characteristics of materials used in the performance of the Work specified in this Section. D. Field Mock-ups: Provide at the project site, for review and selection by Inspector of Record/Construction Manager, Mock-ups of each concrete color and finish combination. 1. Mock-ups shall indicate the ranges of variation in texture proposed to be provided 2. Retain samples of cements, sands, aggregates and color additives used in mockup for comparison with materials used in remaining work. 3. Mock-ups shall be minimum 3 -feet by 3 by 4 -inches thick, one mock up for each finish and color combination, with at least one sample of each joint type. Provide one additional Mock up for Sample of Sandblasted Lettering. a. Owner's Authorized Representative will review Mock-ups and select acceptable texture. If no sample is determined to be acceptable, construct additional Mock- ups of each concrete paving and joint type complying with Owner's Authorized Representative's directions until acceptable sample is obtained. b. For lettering Mockup, Incise two complete letters using abrasive Blasting. Provide Printed Sample of all letters for owner's review, identifying font and final size. C. Retain approved mock-ups for comparison with remaining work. E. CSEA Materials: 1. Submit one pound of each specialty aggregate for each different paving type specified on Project. Attic Stock: 1. At the end of project deliver (1) 5 gallon pail of each specialty aggregate specified on Project for Owner's use in future damage repair. 1.4 QUALITY ASSURANCE A. A. Qualifications: 1. CSEA Contractor's Qualifications: a. CSEA Contractor to be deemed a CSEA Contractor must be trained to install hand seeded concrete and certified by the licensor. b. Provide evidence to indicate successful experience in installing CSEA paving on at least (5) projects with a combined total of at least 25,000 SF with all (5) projects located within a 50 mile radius of project site. C. Provide documentation on (3) CSEA paving projects containing following information: 1) (2) photos of CSEA architectural concrete paving including an overall photo and an aggregate close-up photo. 2) Owner name and telephone number. 3) Architect name and telephone number. 4) Landscape Architect name and telephone number. 2. Supervisor, Foreman and Workman Qualifications: a. Supervisor: 1) Not less than 8 years of hand -seeded architectural concrete paving experience and fluent in English. 321315-2 October 26, 2015 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON 100% CD 2) A supervisor must be present during all major phases of concrete installation. b. Foreman: 1) Not less than 5 years of hand -seeded architectural concrete paving experience and fluent in English. C. Workman: 1) Not less than 3 years of hand -seeded architectural concrete paving experience. 3. Ready -Mix Concrete Batch Plant: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for concrete batch plant facilities and B. Industry Standard: Perform concrete paving Work in accordance with ACI 301. C. Pre -Construction Meeting: 1. Schedule at least (2) weeks prior to beginning of work, a Pre -Construction Meeting with Owner, General Contractor, and other contractor's that may be affected by CSEA Contractor's work. 2. Record relevant discussions of Pre -Construction Meeting including decisions, directions and agreements reached that effect CSEA Contractor's work. 3. Furnish copies of report to parties in attendance. 4. Review methods and procedures related to work of this Section, including, but not limited to the following: a. Submittals. b. RFI's. C. Location of mock-ups. d. Required materials, tools, and procedures. e. Construction schedule and sequencing of work. f. Construction details. g. Construction schedule and sequencing of work. h. Coordination with other trades and site conditions. i. Procedures for coping with unfavorable weather conditions. j. Waste disposal. k. Testing, inspections, reviews and procedures for approvals. D. Testing: 1. Owner will incur costs for required tests and inspections, except re -tests and re - inspections required due to failures by CSEA Contractor. 2. Owner will choose a qualified testing agency. If not, CSEA Contractor's recommended testing agency may be hired as long as requirements of ASTM C 1077 are met and personnel conducting laboratory tests are certified as ACI Concrete Laboratory Technician, Grade 1. Field testing to be conducted by personnel certified as ACI Concrete Field Testing Technician, Grade 1. 3. Samples of materials may be taken and analyzed for conformity to this Section. If requested, furnish samples to Owner's Authorized Representative. E. Concrete Batch Plant Tickets: 1. Provide Owner's Authorized Representative with concrete batch plant tickets for each concrete load delivered. Ensure that each ticket contains mix design number, type of cement, fine and coarse aggregates, admixtures, initial mix time, initial quantity of water added, total quantity of water allowed and signature of ready -mix plant dispatcher. 2. List color additives by designating manufacturer, product number and name. F. Requirements of Regulatory Agencies: Federal, State and local laws governing this Work are hereby incorporated into and made part of this Section. When this Section calls for certain materials, workmanship, or a level of construction that exceeds level of Federal, State, or local requirements, provisions of this Section will take precedence. October 26, 2015 321315-3 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON 100% CD G. Inspections and Permits: Provide for inspections and permits required by Federal, State, and Local authorities in furnishing, transporting, and installing materials. H. Regulatory Requirements: Where reference is made to Standard Specifications, the following shall apply. 1. Perform off-site work in public rights-of-way as indicated on the Contract Drawings and in accordance with requirements of authorities having jurisdiction, including Standard Specifications for Public Works Construction, as amended and adopted by those authorities. For conditions not indicated otherwise on Contract Drawings, conform to Standard Details adopted by authorities having jurisdiction, including Standard Details for Public Works Construction, as amended and adopted by those authorities. 2. Perform on-site Work as indicated and referenced on the Contract Drawings and as specified herein. Source Quality Control: Obtain like materials from one source throughout. Lines and Levels: Established by licensed Surveyor or registered Civil Engineer. Costs of surveying services shall be included in the Contract Sum. K. Protection of Existing Paving: Limit transport trucks to 12 ton cartage, so that existing paving is not subject to overweight damage. All damage to existing paving and other improvements shall be repaired or replaced by Contractor at no change in Contract Sum and Contract Time. 1.5 DELIVERY, STORAGE AND HANDLING A. Delivery, Storage and Handling: Comply with requirements specified for regular concrete in Section 03 3000 - Cast in Place Concrete. B. Colored Admixture: Comply with manufacturer's instructions. Deliver colored admixtures in original, unopened packaging. Store in dry conditions. 1.6 PROJECT CONDITIONS A. Water and Dust Control: Maintain control of concrete dust and water at all times. Do not allow adjacent planting areas to be contaminated. B. Schedule delivery of concrete to provide consistent mix times from batching until discharge. Mix times shall meet manufacturer's written recommendations. C. CSEA Environmental Requirements: 1. Do not place concrete when ambient temperature is 35F or lower or is expected to go below that temperature within 24 hours of placement. Follow all cold weather procedures in accordance with ACI 306. 2. Follow hot weather procedures in accordance with ACI 305 and ASTM C 94. During hot weather, when air temperature is 90F or greater, reduce mixing and delivery time to a maximum of 60 minutes. Concrete deliveries made after that time may be rejected. 3. Do not place concrete during rain unless proper protection has been provided. Construct protective covers so as to be self-supporting and braced to support anticipated wind and rain loads. Provide sandbags or other physical barriers to divert runoff from entering onto work area. 4. Schedule placement to minimize exposure to wind and hot sun before curing materials are applied. 5. Comply with professional practices described in ACI 305R and ACI 306R. D. Site Conditions 321315-4 October 26, 2015 Concrete Paving With Exposed Specialty Aggregate 151' STREET/BALBOA BLVD. REVITALIZATON 100% CD 1. Do not conceal work until required tests and inspections have been performed and approved by Owner's Authorized Representative. 2. Maintain vehicular and pedestrian traffic at all times during concrete operations. 3. Do not limit access to other site work operations. 4. Provide flagmen, barricades, warning signs and lights as necessary to control movement of traffic. E. Allowable Tolerances: 1. Place concrete true to line and grade and as indicated on Drawings. Ensure that finish surface of concrete paving does not vary by more than %4 -inch per foot unless specially identified on Drawings. Correct identified irregularities to satisfaction of Owner's Authorized Representative. 2. Provide proper drainage without "birdbaths" on paving surfaces. Discrepancies or omissions on Drawings, or on-site conditions, which prevent proper drainage, should be brought to Owner's Authorized Representative's attention for direction prior to beginning work. F. Slip Resistance: 1. Provide a finish surface slip resistance coefficient of friction equal to or greater than 0.6 for flat surfaces and 0.8 for ramps, when tested in accordance with ASTM F 489. 1.7 PROJECT CONDITIONS A. Ensure that substrate to receive CSEA concrete paving is acceptable prior to beginning Work. Do not begin Work until unsatisfactory conditions have been rectified to Owner's Authorized Representative satisfaction. B. Sequencing and Scheduling of Work: 1. Other Trades Work: a. Coordinate with other trades, items that need to be furnished and set in place prior to beginning Work. b. Install accessories embedded .in concrete for provision of holes, vaults, and openings, necessary to execution of other trades work. C. After wood forms have been placed and approved by Owner's Authorized Representative, immediately notify other trades in order to give them sufficient time to complete their portion of work. C. Do not place concrete when subbase surface temperatures are below 40 degrees F or when surfaces are wet. 1.8 COORDINATION A. Ensure that utilities including irrigation sleeves and other surface elements such as plaques, lids, and boxes, are coordinated with other trades prior to placing concrete. 1.9 INSPECTION OF SITE A. Verify conditions at site that affect Work of this Section. Report significant discrepancies between actual field conditions and Drawings to Owner's Authorized Representative for resolution prior to commencing work. 1.10 PROTECTION OF CONCRETE PAVING October 26, 2015 321315-5 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON 100% CD A. Do not permit trade equipment or vehicular traffic on finished concrete paving for duration of Project. This includes but not limited to manlifts, forklifts, skip loaders, bobcats, backhoes, scaffolding, pallet jacks, and scissor lifts. B. Do not permit pedestrian traffic on finished concrete paving until 7 days after pour. C. Do not permit vehicular traffic on finished concrete paving until 30 days after pour. PART 2 -PRODUCTS 2.1 BASE MATERIALS A. Soil: As specified See Standard Specifications Section 200 — Rock Materials. B. Aggregate Base: 1. Coarse aggregate: As indicated on Civil Drawings and as recommended in Geotechnical Report - Geotechnical Data or, if not indicated, Crushed Aggregate Base in Section 2060 Aggregate Materials 2. Fine aggregate: Clean, manufactured or natural sand complying with ANSI/ASTM C 136, in accordance with Section 2060 Aggregate Materials. 2.2 PORTLAND CEMENT A. Refer to Drawings for cement types specified on Drawings. B. Type V, conforming to ASTM C150. C. Use same brand of cement from single source throughout duration of project for each specific CSEA paving type identified on Drawings 2.3 COLORS A. Concrete Colors: Provide cement, sand aggregate and colored admixture as required to match approved mockup. B. Specified Manufacturer: L. M. Scofield (800) 800-9900 or approved equal C. Curing Compound: Color to match integral colored concrete. 2.4 FORM MATERIALS A. Form Materials: Steel or wood, at Contractor's option, profiled to suit Project conditions, to the lines and grades shown on Drawings. 1. Lumber shall be S4S No. 2 or better Douglas fir. At straight forms, use 2x lumber. At curved forms, provide laminated 1x lumber or plywood. 2. Soil forms are not permitted to form paving work. B. Formwork: Construct formwork to result in concrete formed the lines, profiles and grades shown on Drawings. Provide adequate bracing in conformance with the general material requirements of Section 03 1000 - Concrete Forms and Accessories. Soil forms shall not be used for Portland cement concrete paving. C. Headers and Stakes: Pressure preservative treated Douglas fir, 2x6 nominal sizes except at curves provide laminated 1x6. Use hot dipped galvanized nails only. 321315-6 October 26, 2015 Concrete Paving With Exposed Specialty Aggregate 15(h STREET/BALBOA BLVD. REVITALIZATON 100% CD 2.5 REINFORCEMENT A. Reinforcement, General: As indicated on Civil Drawings and specified following. Off-site Work shall comply with Standard Specifications and Standard Details. B. Synthetic Fiber Reinforcement: Fibrillated polypropylene fibers engineered and designed for use in concrete pavement, complying with ASTM C 1116, Type III, % to 1-1/2 inches (13 to 38mm). Provide one of the following, or equal. 1. Axim Concrete Technologies; Fibrasol F, (800)-899-8795. 2. Euclid Chemical Company (The); Fiberstrand F. (800) 321-7628 3. FORTA Corporation; Forta. 4. Grace Construction Products, W.R. Grace& Co.; Grace Fibers. 5. SI Concrete Systems; Fibermesh. C. Steel Reinforcing Bars, On -Site Work: ASTM A 61 5, Grade 60 , unless otherwise indicated, deformed billet steel bars, clean and free from rust, scale and coatings that would reduce bond. Unless otherwise indicated on the Drawings, provide minimum No. 3 reinforcing bars at 18" on center each way. 1. Steel that will have less than 3" concrete cover, or be exposed to open air for more than 4 days after being placed in the form will be fully epoxy coated in accordance with ASTM 775, by a plant certified by the Concrete Reinforcing Steel Institute, or approved equal. D. Dowels: Smooth or deformed steel reinforcing bars, as indicated on the Drawings and to work with dowel sleeves specified below. 1. Steel that will have less than 3" concrete cover, or be exposed to open air for more than 4 days after being placed in the form will be fully epoxy coated in accordance with ASTM 775, by a plant certified by the Concrete Reinforcing Steel Institute. 2. Fiberglass dowels may be used as a substitute for dowels: Provide the following, or equal: a. Fiberdowel, as manufactured by RJD Industries, Laguna Hills, CA 92653 (800)344-4753, www.rjdindustries.com E. Dowel Sleeves: Speed Dowel slip -dowel system, as manufactured by Greenstreak, (800)325- 9504, or equivalent in accordance with the "or equal' provision specified in Section 01630 — Substitutions. 1. Sleeves shall be two-piece design, with sleeve to slip over smooth or deformed reinforcing bar and base plate to secure sleeve in form. 2. Sleeve materials shall be polypropylene plastic. F. Supports for Reinforcement: Wire -bar -type chairs, bolsters, bar supports and spacing devices, complying with CRSI Manual of Standard Practice, for spacing, supporting and fastening reinforcing bars and welded wire fabric in place. Provide size and shape as required for strength and support of reinforcement during reinforcement installation and concrete placement. G. Tie Wires: 18 gage minimum, black annealed steel. H. Reinforcement Fabrication: To required shapes and dimensions, in accordance with Standard Specifications 201-2 and 303-1.7.3. 2.6 NATURAL COLOR CONCRETE MATERIALS A. Concrete Materials, General: 1. Comply with Standard Specifications for site paving. October 26, 2015 321315-7 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON 100% CD 2. For exterior slabs on grade, such as trash enclosure slab, comply with requirements specified in Division 3 - Concrete. B. Portland Cement: ASTM C 150, Type V. C. Fine and Coarse Aggregates: ASTM C 33, clean, hard and durable. 1. Fine aggregates: Manufactured or natural sand. Fine aggregates shall be from single source and of like visual appearance. 2. Coarse aggregates: Size ranging from 3/8 -inch to 1/2 -inch. Coarse aggregates shall be from single source and of like visual appearance. D. Chemical Admixtures: ASTM C 49 4, types as follows. Admixtures which result in more than 0.1 percent of soluble chloride ions by weight of cement are prohibited. Use no admixtures not included in mix design. Admixtures used in integral -color concrete shall comply with requirements of manufacturer of color additive and finishing products. 1. Water Reducing: Type A. 2. Set Retarding: Type B. 3. Set Accelerating: Type C. 4. Water Reducing and Set Retarding: Type D. 5. Water Reducing and Set Accelerating: Type E. 6. High Range Water Reducing Type F and G. E. Curing Compounds for Natural Color Concrete: Non -staining, dissipating resin, conforming to ASTM C 309, Type 1, Class B, translucent, complying with applicable air quality (VOC) regulations. 1. W. R. Meadow's Sealtight 1100. 2. L&M Cure R, manufactured by L&M Construct ion Chemicals, or equal. F. Water: Clean and not detrimental to concrete. 2.7 INTEGRALLY COLORED CONCRETE MATERIALS A. Colored Admixture for Integrally Colored Concrete: CHROMIX® Admixtures for Color - Conditioned Concrete including CHROMIX P® Admixtures, CHROMIX ML® Admixtures or CHROMIX L® Admixtures; L. M. SCOFIELD COMPANY. 1. Admixture shall be a colored, water -reducing, admixture containing no calcium chloride with coloring agents that are limeproof and ultra -violet resistant. 2. Colored admixture shall conform to the requirements of ACI 303.1, ASTM C979, ASTM C494 and ASSHTO M194. 3. Raw pigments are not an equivalent and may not be substituted. B. Curing Compound for Integrally Colored Concrete: Curing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. 1. Exterior Integrally Colored Concrete: Exterior Integrally Colored Concrete: LITHOCHROME® ColorwaxTM;L. M. SCOFIELD COMPANY company. Use to cure exterior flatwork that will be allowed to cure naturally with only occasional maintenance. C. Curing and Sealing Compound: SCOFIELD Cureseal-W Semi -gloss and SCOFIELD Cureseal- S Matte; L.M. Scofield Company. Curing and sealing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. D. Substitutions; the use of products other than those specified will be considered providing that the Contractor requests its use in writing within 14 -days prior to bid date. This request shall be accompanied by the following: 321315-8 October 26, 2015 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON 100% CD 1. A certificate of compliance from material manufacturer stating that proposed products meet or exceed requirements of this Section, including standards AC1303.1, ASTM C979, ASTM C494 and AASHTO M194. 2. Documented proof that proposed materials have a 10 -year proven record of performance, confirmed by at least 5 local projects that Owner's Authorized Representative can examine. 2.8 CURING FOR INTEGRALLY COLORED CONCRETE A. Integrally Colored Concrete: Apply curing and sealing compound for integrally colored concrete according to manufacturer's instructions using manufacturer's recommended application techniques. Apply curing and sealing compound at consistent time for each pour to maintain close color consistency. B. Curing compound shall be same color as the colored concrete and supplied by same manufacturer of the colored admixture. C. Precautions shall be taken in hot weather to prevent plastic cracking resulting from excessively rapid drying at surface as described in CIP 5 Plastic Shrinkage Cracking published by the National Ready Mixed Concrete Association. D. Do not cover concrete with plastic sheeting. 2.9 ACCESSORY MATERIALS A. Form Release Compound: Debond Form Coating, manufactured by L&M Construction Chemicals, or equivalent product of another manufacturer in accordance with the "or equal" provision specified in Section 01630 —Options and Substitutions: B. Bonding Agent: One of the following, or equivalent product of another manufacturer in accordance with the "or equal" provision specified in Section 01630 — Options and Substitutions: 1. Everbond, manufactured by L&M Construction Chemicals. 2. Weldcrete, manufactured by Larsen Products Corporation. C. Expansion Joint Filler, Paving: Deck -O -Foam Expansion Joint Filler manufactured by W.R. Meadows, Inc. (local representative, Pomona, CA, (909)469 -2606 or (800)342-5976), or equivalent product of another manufacturer in accordance with the " or equal" provision specified in Section 01630 — Options and Substitutions, conforming to AASHTO-M-153 -84, Type 1 and Type 2, 1/2 -inch thick, compatible with joint sealing products. D. Top Surface Retardent (for Acid Wash Finish) - Top Cast Grade 03 Water Based Retardent by Grace Construction Products or approved equal. E. Top Surface Retardent (for Medium Sandblast Finish) - Top Cast Grade 15 Water Based Retardent by Grace Construction Products or approved equal. F. Top Surface Retardent (for Heavy Sandblast Finish) - Top Cast Grade 125 Water Based Retardent by Grace Construction Products or approved equal. G. Expansion Joint Sealant, Paving: Three -component urethane joint sealant, as specified in Section 07 9005 — Joint Sealers, color to match adjacent concrete color. Include sand for seeded sand finish. October 26, 2015 321315-9 Concrete Paving With Exposed Specialty Aggregate 15"' STREET/BALBOA BLVD. REVITALIZATON 100% CD H. Acidic Cleaner: Manufacturer's standard acidic masonry restoration cleaner composed of hydrofluoric acid blended with other acids, detergents, wetting agents, and inhibitors. Acceptable products: 1. 80 1 Heavy Duty Masonry Cleaner by American Building Restoration Products, Inc. 2. 10 1 Masonry Restorer by Diedrich Technologies Inc. 3. Hydroclean Concrete Cleaner (HT -477) by Hydrochemical Techniques, Inc. 4. Price Heavy Duty Restoration Cleaner by Price Research, Ltd. 5. SureKlean Heavy -Duty Restoration Cleaner by ProSoCo. Joint Dowels: Plain Steel bars conforming to ASTM A36 and be free of any rust dirt, grease or oils. J. Speed Dowel: Provide as manufactured by Greenstreak Inc. 800.325-9504 two part speed dowel system comprised of a reusable base and a plastic sleeve. Both pieces shall be manufactured from polypropylene plastic. K. Set Retarders: Set retarder admixtures conforming to ASTM C494 added to concrete to delay concrete setting times in order to provide additional placement time and allow for vibration or compaction without negatively affecting ultimate concrete strength. 1. Acceptable Manufacturers: a. Grace Construction Products; Daratard® 17 Set Retarder; www.na.graceconstruction.com. b. Master Builders, Inc.; Pozzolith Retarder; www.masterbuilders.com. L. Shrinkage Reducers: Shrinkage reducing admixtures added to concrete to reduce concrete shrinkage and curling due to evaporation. 1. Acceptable Manufacturers: a. Grace Construction Products; Eclipse®; www.na.graceconstruction.com. b. Euclid Chemical; Eucon SRA; www.euclidchemical.com. M. Air Entrainments: Air entrainment admixtures conforming to ASTM C260 added to concrete to provide freeze -thaw resistance, yield control and additional workability of surface finish. 1. Acceptable Manufacturers: a. Grace Construction Products; Daravair; www.na.graceconstruction.com. b. Master Builders, Inc.; Micro -Air; www.masterbuilders.com. N. Water Reducers: Water reducing admixtures conforming to ASTM C494, Type A and D added to concrete to lower concrete water content to achieve greater plasticity and PSI strength. 1. Acceptable Manufacturers: a. Grace Construction Products; WRDA®; www.na.graceconstruction.com. b. Master Builders, Inc.; Micro -Air www.masterbuilders.com. 2.10 CONCRETE MIXES A. Concrete Mix and Delivery Requirements, General: Comply with requirements specified in Section 03 3000 - Cast in Place Concrete. B. Concrete Mix for Pedestrian (Sidewalk) Pavements, Natural Color: 1. Natural color concrete for paving on site: ASTM C 94 - Ready -Mixed Concrete, Alternative No. 2, minimum slump of 4 -inches, minimum 28 day compressive strength as indicated on Drawings or, if not indicated, 3250 psi. Special inspection is not required. C. Concrete mix design for integrally colored concrete 321315-10 October 26, 2015 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON 100% CD 1. Minimum Cement Content: 5 sacks per cubic yard of concrete. 2. Minimum 28 day compressive strength as indicated on Drawings or, if not indicated, 3250 psi. 3. Slump of concrete shall be consistent throughout Project at 4 -inches or less. At no time shall slump exceed 5 -inches. 4. Do not add calcium chloride to mix as it causes mottling and surface discoloration. 5. Supplemental admixtures shall not be used unless approved by manufacturer. 6. Do not add water to the mix in the field. 7. Add colored admixture to concrete mix according to manufacturer's written instructions. 2.11 FINE AGGREGATE (Washed Concrete Sand) A. Clean, hard, and durable washed concrete sand, conforming to ASTM C33. B. Use same fine aggregate from single source throughout duration of Project. 2.12 COARSE AGGREGATE A. Clean, hard, and durable coarse aggregate, conforming to ASTM C33. B. Use same coarse aggregate from single source throughout duration of Project. 2.13 SPECIALTY AGGREGATES A. Specialty aggregates will be supplied by CSEA Contractor. B. Specialty aggregates will be supplied by single source throughout duration of Project 2.14 PROPRIETARY PRODUCTS A. Patented CSEA Paving Installation requires additional proprietary products that vary based on the installation technique in use. Contractor shall provide and use materials in accordance with the requirements of the licensed technique. PART 3 - EXECUTION 3.1 EXAMINATION A. Verification of Conditions: 1. Notify Owner's Authorized Representative 24 hours prior to commencement of placing concrete. 2. Excavations, formwork, reinforcement, aggregate base and embedded items shall be reviewed by Owner's Authorized Representative prior to placement of concrete. October 26, 2015 321315-11 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON 100% CD 3.2 PREPARATION A. Identification of Existing Conditions: Contractor shall take precautionary measures as necessary to protect all existing utilities, structures, landscaping and other improvements to remain where Work is performed. 1. Identify required lines, levels, contours and datum. 2. The Drawings do not purport to show all below grade conditions and objects on the site. 3. Identify above and below grade utilities. Contact serving utilities and contact Underground Service Alert (USA) at 800 /227-2600, to locate and mark existing underground utility lines on site. Coordinate marking with Utility Location Service for location of underground pipes. a. Notify USA at least 48 hours in advance of performing Work near underground utilities. b. Notify serving utilities to terminate, remove and relocate utilities as necessary. C. Maintain and protect existing utilities remaining in Work area. d. Mark paving and install stakes and flags in unpaved locations to indicate presence and characteristics of existing utilities. 4. Should utilities and other below -grade conditions be encountered which adversely affect the Work, discontinue affected Work and notify Owner's Authorized Representative for direction. Unforeseen conditions will be resolved in accordance with provisions of the Conditions of the Contract. 5. Should a utility line or structure be damaged, immediately notify the responsible utility company or agency and notify Owner and Owner's Authorized Representative. a. Repair or replace all damaged utility lines and structures as directed by the responsible utility company or agency. b. Repair or replacement of damaged utility lines and structures whose location or existence has been made known to the Contractor shall be at no change in Contract Time and Contract Price. C. Encounters with unknown utility lines and structures shall be governed by the provisions of the General Conditions of the Contract. B. Protection: Protect streets, roads, sidewalks, drainage channels, adjacent property, designated trees, and other existing improvements to remain. Refer to general requirements specified in Section 01500 — Construction Facilities and Temporary Controls. 1. Erect and maintain temporary barriers and take other protective measures to prevent spread of debris, to provide for continued use of adjacent properties and to protect existing construction which is not indicated to be altered. 2. Review location and type of construction of temporary barriers with Owner. 3. Barriers shall control dust, debris and provide protection f or persons occupying and using adjacent facilities. 4. Maintain protected egress and access at all times, in accordance with requirements of authorities having jurisdiction. 3.3 SUB -BASE AND AGGREGATE BASE PLACEMENT A. Sub -Base Preparation and Aggregate Base Placement, General: As specified in Section 300 of the Standard Specifications. 1. Fine grading, checking, shaping, and compacting of subgrade shall be complete before start of CSEA paving Work. 2. Refer to Geotechnical Investigation Report for Marina Park Project, Newport Beach, California, prepared by TerraCosta Consulting Group, Inc and dated October 18, 2013: - Geotechnical Data and notes on Contract Drawings for minimum compaction required for sub -base and base. 321315-12 October 26, 2015 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON 100% CD B. Sub -Base Preparation: Prepare subgrade in compliance with Standard Specifications, Section 301-1 and as specified in Section 02 3100 - Earthwork. Prepare and place sub -base, if indicated on the Drawings, in compliance with Section 301 - Treated Soils, in the Standard Specifications. C. Aggregate Base Placement: Where indicated, place and compact aggregate base material in accordance with Standard Specifications, Subsection 301-2. Base shall be in place and properly compacted before start of Portland Cement Concrete Work. D. Place and compact aggregate base at locations indicated on the Drawings. E. Curbs and Gutters: Schedule Portland cement concrete curbs and gutters to be in place and cured prior to start of adjoining asphaltic concrete and CSEA paving Work. F. Moisture Conditioning: Moisten base to minimize absorption of water from fresh concrete. Do not place concrete on standing water. 3.4 FORMING A. Concrete Formwork Construction: Comply with Standard Specifications and the following. 1. Forming material in contact with finished face of concrete shall be in like -new condition. 2. Construct formwork accurately and to configurations and dimensions indicated for finish concrete Work. 3. Formwork shall be substantial, mortar -tight and braced to maintain position and shape during placement of reinforcing and concrete. 4. Hold forms rigidly in place by stakes, clamps, spreaders and braces where required to ensure rigidity. 5. Construct curb forms wit h smooth side placed next to exposed concrete face. 6. Curb forms shall have true, smooth upper edge. 7. Depth of curb forms at back of curbs shall be equal to full depth of curb. 8. Depth of face forms shall be equal to full face height of curb. 9. Benders or thin plank forms may be used to form curves and at grade changes and curb returns. 10. Back forms for curb returns may be made of 1 /2 -inch thick benders cleated together for full depth of the curb. 11. Formwork shall not deviate more than 1/8 -inch from required posit ions and levels. 12. Verify formwork alignment and levels as Work proceeds, promptly making adjustments and adding bracing as necessary. 13. Construct and assemble formwork to permit easy stripping and dismantling without damage to concrete. Locate joints at acceptable locations. 14. Benders or thin plank forms may be used to form curves and at grade changes. 15. Place embedded joint filler in position, vertically and in straight lines. Secure joint filler to formwork during concrete placement. B. Surfaces and Edges: Except where special finishes and tooled edges are indicated, provide all exposed finish surfaces of dense concrete with sharp arises and out side corners. C. Recesses and Openings: As indicated on Drawings or as directed. D. Formwork Removal: Remove forms without damaging concrete. 1. Remove the form on the front of curbs in not less than one hour nor more than 6 hours after the concrete has been placed. 2. Remove side forms for sidewalks, gutter depressions, island paving and driveways, not less than 12 hours after the finishing has been completed. October 26, 2015 321315-13 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON 100% CD 3.5 REINFORCEMENT A. Unless otherwise indicated on Drawings or in Standard Specifications, provide concrete cover in compliance with ACI 318. 1. Place, support and secure reinforcement against displacement. B. Reinforcement Spacing: Space reinforcement as indicated on Civil Drawings or and per Paragraph 2.5. If not otherwise indicated, maintain clear spacing of two times bar diameter but not less than 1-1/2 inches, nor less than 1-1/3 times maximum size aggregate. C. Coordination: Locate reinforcement to accommodate embedded products and formed openings and recesses. D. Reinforcement Supports: Provide load bearing pads under supports or provide precast concrete block bar supports. E. Dowels: Secure tie dowels in place in plastic dowel sleeves before depositing concrete. Provide No. 3 bars for securing dowels w here no other reinforcement is provided. F. Special Requirements for epoxy coated bar 1. Store coated and uncoated bar separately. 2. Use care in handling and placement to avoid damage to the coating, 3. Bar support and spacers to be non-conductive or plastic. 4. Use coated wire ties. 5. Inspect prior to pour and repair damaged coating with 2 part coating per manufacturer's recommendation. 6. Use plastic headed vibrators or other non metal tools to consolidate concrete. 3.6 COORDINATION WITH EXISTING CONSTRUCTION A. Connection to Existing Construction: Provide expansion joints at intersection of new concrete and existing concrete paving. Dowel new concrete to existing construction. Drill holes in existing concrete, insert steel dowels and pack with non -shrinking grout. B. Preparation of Existing Concrete: Prepare previously placed concrete by cleaning with steel brush and apply bonding agent in accordance with manufacturer's instructions. Omit bonding agent where expansion joint occurs. 3.7 CONSTRUCTION JOINTS A. Joints, General: Locate joints and score lines dimensionally in relationship to contiguous building and site construction. See Landscape Drawings for primary joint layout, Civil and Architectural drawings for supplemental joint locations. B. Isolation Joints: 1. Install isolation joints and caulking under Section 07 9005 — Concrete Pavement Joint Sealants. 2. Provide isolation joints at intersections of concrete paving & curbs and gutters with building walls, foundations, retaining walls and similar cast -in-place concrete elements. 3. Install continuous expansion joint filler full depth at construction joints and at vertical surfaces. Remove top portion of joint filler and apply joint sealant. 4. Place expansion control filler to correct elevation and profile. C. Expansion Joints: Unless otherwise indicated, provide expansion (contraction) joints as indicated on the Drawings but not greater than 25 feet on centers for flatwork and 25 feet on 321315-14 October 26, 2015 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON 100% CD centers for curbs. Extend joint entirely through slabs and curbs. Premolded plastic joints will not be acceptable. Comply also with the following: 1. Coordinate locations to align expansion joints in adjoining concrete walks, curbs, gutters and other exterior flatwork. 2. Provide expansion joints at construction (cold) joints. 3. Provide expansion joints at beginning and end of all curved segments. 4. Lay out expansion joint locations to occur where possible at penetrations such as handrail posts and columns. 5. Break reinforcing steel at expansion joints only and provide slip dowel joints 6. Install continuous expansion joint filler full depth at construction joints and at vertical surfaces. Remove top portion of joint filler and apply joint sealant. 7. Place expansion control filler to correct elevation and profile. 8. Tool exposed edges. 9. Align curb, gutter, and sidewalk joints. D. Joint Filler: Place expansion control filler to correct elevation and profile, as indicated on Drawings. 1. Where joint is indicated to receive joint sealer, recess top of filler 1/2 -inch. 2. Where joint is not indicated to receive joint sealer, place top of filler slightly recessed from finished concrete surface. 3. Refer to Landscape Drawings for additional information and expansion joint locations. E. E. Joint Sealer: Install joint sealer after concrete placement, finishing and curing as specified in Section 07 9005 - Joint Sealers. Include seeded sand finish. 1. Refer to ACI 302 "Guide for Concrete Floor and Slab Construction" for work under this section. F. Control Joints, Construction Joints, and Decorative Sawcuts: 1. Saw cut Control and construction joints in locations, evenly spaced as indicated on the Drawings but not to exceed 16 feet on center maximum. If joints locations are not indicated, provide control joints as directed and in compliance with the following: a. Lay out control joint locations to occur at penetrations such as handrail posts and columns and where shown on Drawings. b. Coordinate control joint locations to align with expansion joints in adjoining concrete walks, curbs, gutters and other exterior flatwork. 2. Perform jointing with a new diamond tip circular saw. 3. Joint Width: 3/16 -inch. Do not exceed 3/16 -inch in width. 4. Saw cut Depth: a. Control Joints: Cut joints as to depth indicated on the Drawings. b. Decorative Saw cut Joints: %Z inch. 5. Saw cut joints in a straight line with no over cutting at intersections. 6. Use a hand grinder with a 4 -inch diamond blade to saw cut up to vertical edges such as walls, steps, curbs and columns. Do not over cut into vertical surfaces or adjacent concrete. 7. Location of Construction Shall coincide with expansion joints to maintain even color for large fields and bands, consistent with the extent of work to be performed in a single day. G. Dowelling 1. Provide Slip Dowelling at all expansion joints. 3.8 CONCRETE MIX October 26, 2015 321315-15 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON 100% CD A. Proportion cement, fine aggregate, coarse aggregate, color pigment, admixtures and water to attain required plasticity and strength in accordance with current ACI recommendations. B. Ensure that concrete mixes are designed by a qualified concrete batch plant using standard concrete materials to obtain specified compressive strength. C. Concrete Mix Performance Criteria: 1. Slump: a. Maximum: 5 -inches. b. Minimum: 3 -inches. 2. Minimum PSI rating at 28 days: 3,250 PSI. 3. Cement: a. Typ: As noted on Drawings. b. b. Quantity per cubic yard of concrete mix: 1) Minimum: 6 sacks. 2) Maximum: 7 Y sacks. 4. Water/Cement (w/c) ratio: Between 0.55 — 0.65. 5. Fine Aggregate: a. No more than 70% fine aggregate. 6. Coarse Aggregate: a. No less than 30% coarse aggregate. b. Unless specified on Drawings, use only 3/8" pea gravel. 7. Admixtures: a. Air entrainment: Do not exceed 2% unless required by concrete batch plant engineer. b. Shrinkage Reducing: Do not exceed 2% of cement weight. 8. Fly Ash: a. Do not exceed 20% of cement weight, unless approved by Engineer. b. Unless specifically required on Drawings, use fly ash when installing ASR -reactive CSEA aggregates such as glass and other silica -based aggregates. C. Prior to beginning concrete operations obtain approval by Owner's Authorized Representative if CSEA Contactor believes use of fly ash is deemed necessary due to ASR (aka Alkali Silica Reaction) concerns. This requirement is necessary due to the possibility that successive concrete pours may be subtly different in appearance due to the addition of fly ash. 9. Accelerators: Use accelerators with caution and do not use calcium chloride -based accelerators due to potential of reinforcing steel to corrosion. 10. Concrete Delivery: Do not use concrete loads that have exceeding 90 minutes from time of batching to jobsite delivery. 11. Confirm in writing that concrete batch plant has guaranteed that they have single - sourced their cement, fine aggregate, and coarse aggregates for each paving type specified on Drawings for entire duration of this project. 3.9 CONCRETE MIXING, CONVEYING AND PLACEMENT A. Mixing: Comply with Standard Specifications, Subsection 2 01-1.4. If batch plant is within travel time not exceeding maximum limits, transit mix concrete in accordance with ASTM C 94. If travel time exceeds limits, provide alternative means for mixing and submit for review and approval. B. Concrete Conveying and Placement: Convey and place concrete between predetermined construction joints, in accordance with ACI 30 1, ACI 30 4 and Standard Specifications Subsection 20 1-1.5 and Subsection 3 02-6.3. Place concrete continuously between predetermined construction joints. 1. Hot Weather Placement: Comply also with ACI 305. 321315-16 October 26, 2015 Concrete Paving With Exposed Specialty Aggregate 151h STREET/BALBOA BLVD. REVITALIZATON 100% CD 2. Cold Weather Placement: Comply also with ACI 306. C. Concrete Consolidation: Comply with ACI 304. D. Protection: Ensure that reinforcement, embedded products, joint fillers and joint devices are not disturbed during concrete placement. 3.10 CONCRETE PAVING FINISHING AND CURING A. Concrete Paving, General: Provide Portland cement concrete paving with smooth and textured surfaces, at exterior paving locations as indicated on Landscape Drawings. Unless otherwise indicated, provide natural grey color concrete and acid wash finish. Paving to be finished per Paving Schedule, as shown on the Plans. B. Tooled Edges: Rounded, minimum 1 /8 -inch and maximum 3/16 -inch radius, at all edges of Portland cement concrete paving unless specifically noted otherwise. 3.11 SPECIALTY AGGREGATE PLACEMENT A. Place and expose aggregate according to licensed and approved method of placing CSEA. 3.12 FIELD QUALITY CONTROL A. Request review by Owner's Authorized Representative for each of the following: 1. Subgrade preparation. 2. Layout of formwork. 3. Reinforcement installation. 4. Control and decorative joints layout, including joints in curbs. 3.13 CURING AND SEALING OF CSEA PAVING A. Curing of CSEA Concrete: Apply curing compound immediately after finishing. Comply with manufacturer's instructions and recommendations. 1. Concrete Curing at Natural Color Paving, Curbs and Gutters: Apply curing compound immediately after finishing. Comply with manufacturer's instructions and recommendations and Standard Specifications. 2. Concrete Curing at Exterior Slabs on Grade: Moist cured by sheet method, as specified in Section 03 3000 — Cast -in -Place Concrete. 3. Curing procedure shall not cause loss of adhesion of exposed aggregate. B. Concrete Sealer Application: Apply specified concrete sealer in continuous operation in accordance with manufacturer's instructions and recommendations. 1. Prior to starting application, protect adjoining Work, including sealant bond surfaces, from spillage or blow -over of concrete sealer. a. Cover adjoining and nearby surfaces of aluminum and glass where there is the possibility of the concrete sealer being deposited on surfaces. b. Cover live plants and grass. C. Immediately clean concrete sealer from adjoining surfaces, complying with manufacturer's cleaning recommendations. 2. Apply concrete sealer under temperature conditions according to manufacturer's instructions. 3. Apply concrete sealer in light, even coats using garden sprayer, airless sprayer or paint brush. October 26, 2015 321315-17 Concrete Paving With Exposed Specialty Aggregate 15th STREET/BALBOA BLVD. REVITALIZATON 100% CD 4. Apply concrete sealer at rate to suit porosity of Portland cement concrete but not less than nor more than coverage rates recommended by manufacturer for effective sealing of surface. 3.14 ABRASIVE BLAST FINISHES A. Abrasive Blast Finishes at Concrete Paving: (Alternate Method) ACI 301, two-step trowel finish to dense, smooth surface, free of trowel marks and other blemishes. 1. After curing, mask areas not indicated to receive abrasive blast finish. 2. Perform abrasive blasting no sooner than 28 days after placement of each concrete section. 3. Use backup boards to maintain uniform edges and corners. 4. Use abrasive grit of suitable type and gradation to remove surrounding matrix and expose aggregate. 5. Provide blast finishes matching reviewed samples. a. Medium abrasive blast: Evenly blast uncovered areas to expose fine aggregate with occasional exposure of coarse aggregate and uniform color. Maximum reveal shall be 1/16 -inch (1.5 mm). 6. Perform abrasive blasting as continuous operation, utilizing same crew of workers, to maintain consistency. Use same nozzle, nozzle pressure and blasting technique as used for sample panel. Finish shall be uniform in color and texture. 7. Maintain control over abrasive grit and concrete dust. Provide covers and barriers as necessary to prevent dust from soiling and contaminating surrounding areas. 8. Remove all expended abrasive grit and concrete dust at the end of each work period, and dispose legally and properly off site. 9. After abrasive blasting, wash surface with specified concrete cleaner. 10. Abrasive blasted areas shall have static coefficients of friction of not less than 1.4 to 1.6 (dry) and 1 2 to 1 4 (wet) when field tested in accordance with ASTM C 1028. 3.15 TOLERANCES AND TESTS A. Exterior Concrete. Tolerance: ACI 301, Class B, 1/4 -inch in 10 feet, except Work in public rights-of-way shall comply with Standard Specifications. - B. Drainage Test: After concrete has thoroughly cured, flood test all paving to demonstrate positive drainage. No standing water shall remain 1 -hour after test. 3.16 ADJUSTMENTS A. Adjustments: Remove concrete paving that is defective. Defective concrete shall be concrete determined by Owner's Authorized Representative to be damaged, marred, stained, not true to line and plane, not properly finished, cracked, not pitched to properly drain and exposed voids (honeycomb). 1. Sacking of concrete voids will not be acceptable. 2. Remove defective concrete from expansion (contraction) joint to expansion (contraction) joint. 3. Reconstruct removed concrete paving in compliance with specified requirements. 4. Reconstructed concrete shall be indistinguishable from other Work. 3.17 PROTECTION A. Protection During Curing: Protect concrete from premature drying, excessive hot or cold temperatures, and mechanical injury. 321315-18 October 26, 2015 Concrete Paving With Exposed Specialty Aggregate 15"' STREET/BALBOA BLVD. REVITALIZATON 100% CD B. Protection from Traffic and Mechanical Damage: Protect paving from soiling, chipping, marring and cracking due to construction activities subsequent to placing, finishing and curing Portland cement concrete paving. Refer to requirements for protection of completed Work specified in Section 016100 - Product Handling. 1. The Contractor shall not open street improvements to vehicular use until Concrete Paving 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. 2. Prohibit all vehicular traffic across pedestrian paving unless suitable base and reinforcement have been added. 3. Provide lumber ramping and plywood covering where curbs and gutters are subject to vehicular and equipment traffic during construction. 3.18 CLEANING A. Cleaning: Apply cleaning solution to all finish concrete paving to remove cement haze and expose clean concrete. Comply with manufacturer's instructions and recommendations and applicable industrial safety regulations. 1. Perform cleaning in multiple washes, to achieve finish to match reviewed mock-ups. 2. Provide solution containment and disposal in compliance with applicable environmental protection regulations. B. Cleaning, Control Joints: Clean by compressed air or by abrasive blasting as necessary to remove excess concrete. C. Patching: No patching will be acceptable. Remove defective concrete as specified above for damaged concrete. END OF SECTION October 26, 2015 321315-19 Concrete Paving With Exposed Specialty Aggregate 15th STREETIBALBOA BLVD. REVITALIZATON 100% CD 321315-20 October 26, 2015 Concrete Paving With Exposed Specialty Aggregate 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 32 14 1319 PERMEABLE INTERLOCKING CONCRETE PAVEMENT PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Permeable interlocking concrete pavers. 2. Crushed stone bedding material. 3. Bedding and joint/opening filler materials. 4. Edge restraints. 5. Geotextiles. B. Related Sections 1. Standard Specifications — Section 300 Earthwork 2. Section 07 9005 — Joint Sealants 1.02 REFERENCES A. American Society for Testing and Materials (ASTM) 1. C 131, Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 2. C 136, Method for Sieve Analysis for Fine and Coarse Aggregate. 3. C 140, Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units. 4. D 448, Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 5. C 936, Standard Specification for Solid Interlocking Concrete Pavers. 6. C 979, Specification for Pigments for Integrally Colored Concrete. 7. D 698, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 5.5 -Ib (2.49 kg) Rammer and 12 in. (305 mm) drop. 8. D 1557, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 10 -Ib (4.54 kg) Rammer and 18 in. (457 mm) drop. 9. D 1883, Test Method for California Bearing Ratio of Laboratory -Compacted Soils. 10. D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate In -Place by Nuclear Methods (Shallow Depth). 11. D 4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density. B. Interlocking Concrete Pavement Institute (ICPI) 1. Permeable Interlocking Concrete Pavement manual. 2. Permeable Design Pro software for hydrologic and structural design 1.03 SUBMITTALS A. In accordance with Conditions of the Contract and Division 1 Submittal Procedures Section. B. Paver manufacturer's/installation subcontractor's drawings and details: Indicate perimeter conditions, junction with other materials, expansion and control joints, paver layout, installation and setting details. Indicate layout, pattern and relationship of paving joints to fixtures, and project formed details. C. Minimum 3 Ib (2 kg) samples of subbase, base and bedding aggregate materials. D. Sieve analysis of aggregates for subbase, base and bedding materials per ASTM C 136. October 26, 2015 APPENDIX B - 32 1413 19- 1 Permeable Interlocking Concrete Pavement 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD E. Project specific or producer/manufacturer source test results for void ratio and bulk density of the base and subbase aggregates. F. Soils report indicating density test reports, classification, and infiltration rate measured on-site under compacted conditions, and suitability for the intended project. G. Erosion and sediment control plan. H. Permeable concrete pavers: 1. Paver manufacturer's catalog sheets with product specifications. 2. Four representative full-size samples of each paver type, thickness, color, and finish. Submit samples indicating the range of color expected in the finished installation. 3. Accepted samples become the standard of acceptance for the work of this Section. 4. Laboratory test reports certifying compliance of the concrete pavers with ASTM C 936. 5. Manufacturer's certification of concrete pavers by ICPI as having met applicable ASTM standards. 6. Manufacturers' material safety data sheets for the safe handling of the specified paving materials and other products specified herein. 7. Paver manufacturer's written quality control procedures including representative samples of production record keeping that ensure conformance of paving products to the product specifications. Paver Installation Subcontractor: 1. Demonstrate that job foremen on the project have a current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. 2. Job references from projects of a similar size and complexity. Provide Engineer names, postal address, phone, fax, and email address. 3. Written Method Statement and Quality Control Plan that describes material staging and flow, paving direction and installation procedures, including representative reporting forms that ensure conformance to the project specifications. 1.04 QUALITY ASSURANCE A. Paver Installation Subcontractor Qualifications: 1. Utilize an installer having successfully completed concrete paver installation similar in design, material and extent indicated on this project. 2. Utilize an installer with job foremen holding a current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. B. Review the manufacturers' quality control plan, paver installation subcontractor's Method Statement and Quality Control Plan with a pre -construction meeting of representatives from the manufacturer, paver installation subcontractor, general contractor, engineer and/or owner's representative. C. Mock -Ups: 1. Install a 4 ft x 4 ft paver area. 2. Use this area to determine surcharge of the bedding layer, joint sizes, and lines, laying pattern, color and texture of the job. 3. This area will be used as the standard by which the work will be judged. 4. Subject to acceptance by owner, mock-up may be retained as part of finished work. 5. If mock-up is not retained, remove and properly dispose of mock-up. 1.05 DELIVERY, STORAGE, AND HANDLING A. General: Comply with Division 1 Product Requirement Section. B. Comply with manufacturer's ordering instructions and lead-time requirements to avoid APPENDIX B -32 1413 19 - 2 October 26, 2015 Permeable Interlocking Concrete Pavement 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD construction delays. C. Delivery: Deliver materials in manufacturer's original, unopened, undamaged container packaging with identification tags intact on each paver bundle. 1. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. 2. Deliver concrete pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by forklift or clamp lift. 3. Unload pavers at job site in such a manner that no damage occurs to the product or existing construction D Storage and Protection: Store materials in protected area such that they are kept free from mud, dirt, and other foreign materials. 1.06 MAINTENANCE A. Extra materials: Provide additional material for use by owner for maintenance and repair. B. Pavers shall be from the same production run as installed materials. PART 2 PRODUCTS A. Manufacturer: Acker -Stone Industries —13296 Temescal Canyon Rd., Corona, CA 92883 1. Contact: Angelica Wright 951-674-0047 ext. 1313, Or Approval Equal. B. Permeable Interlocking Concrete Paver Units: 1. Paver Type: Aqua -Via Series a. Material Standard: Comply with ASTM C 936. b. Color [and finish]: Catina Blend. TM Grind. c. Color Pigment Material Standard: Comply with ASTM C 979. d. Size: [4 3/8.] inches [({80.}mm)] x [8 3/.] inches 2.02 PRODUCT SUBSTITUTIONS A. Substitutions: Permitted for gradations for crushed stone jointing material, base and subbase materials. Base and subbase materials shall have a minimum 0.32 void ratio. All substitutions shall be approved in writing by the project engineer. 2.03 CRUSHED STONE FILLER, BEDDING, BASE AND SUBBASE A. Crushed stone with 90% fractured faces, LA Abrasion < 40 per ASTM C 131, minimum CBR of 80% per ASTM D 1883. B. Do not use rounded river gravel for vehicular applications. C. All stone materials shall be washed with less than 1% passing the No. 200 sieve. D. Joint/opening filler, bedding, base and subbase: conforming to ASTM D 448 gradation as shown in Tables 1, 2 and 3 below: E. No. 89 or No. 9 stone may be used to fill pavers with narrow joints. Table 1 ASTM No. 8 Grading Requirements Bedding and Joint/Opening Filler Sieve Size Percent Passing 12.5 mm (1/2 in.) 100 October 26, 2015 APPENDIX B - 32 1413 19- 3 Permeable Interlocking Concrete Pavement 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 9.5 mm (3/8 in.) 85 to 100 4.75 mm (No. 4) 10 to 30 2.36 mm (No. 8) 0 to 10 1.16 mm (No. 16) 0 to 5 Table 2 ASTM No. 57 Base Grading Requirements Sieve Size Percent Passing 37.5 mm (1 1/2 in.) 100 25 mm (1 in.) 95 to 100 12.5 mm (1/2 in.) 25 to 60 4.75 mm (No. 4) 0 to 10 2.36 mm (No. 8) 0 to 5 Table 3 Grading Requirement for ASTM No. 2 Subbase Sieve Size Percent Passing 75 mm (3 in.) 100 63 mm (2 1/2 in.) 90 to 100 50 mm (2 in.) 35 to 70 37.5 mm (1 1/2 in.) 0 to 15 19 mm (3/4 in.) 0 to 5 2.04 ACCESSORIES A. Provide accessory materials as follows: 1. Geotextile Fabric: a. Material Type and Description: b. Material Standard: c. Manufacturer: PART 3 EXECUTION 3.01 EXAMINATION A. Acceptance of Site Verification of Conditions: 1. General Contractor shall inspect, accept and certify in writing to the paver installation subcontractor that site conditions meet specifications for the following items prior to installation of interlocking concrete pavers. a. Verify that subgrade preparation, compacted density and elevations conform to specified requirements. b. Provide written density test results for soil subgrade to the Owner, General Contractor and paver installation subcontractor. c. Verify location, type, and elevations of edge restraints, [concrete collars around] utility structures, and drainage pipes and inlets. 2. Do not proceed with installation of bedding and interlocking concrete pavers until subgrade soil conditions are corrected by the General Contractor or designated subcontractor. APPENDIX B -32 1413 19 - 4 October 26, 2015 Permeable Interlocking Concrete Pavement 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.02 PREPARATION A. Verify that the soil subgrade is free from standing water. B. Stockpile joint/opening filler, base and subbase materials such that they are free from standing water, uniformly graded, free of any organic material or sediment, debris, and ready for placement. C. Edge Restraint Preparation: 1. Install edge restraints per the drawings, at the indicated elevations. 3.03 INSTALLATION A. General 1. Any excess thickness of soil applied over the excavated soil subgrade to trap sediment from adjacent construction activities shall be removed before application of the [geotextile] and subbase materials. 2. Keep area where pavement is to be constructed free from sediment during entire job. [Geotextiles] Base and bedding materials contaminated with sediment shall be removed and replaced with clean materials. 3. Do not damage drainpipes, overflow pipes, observation wells, or any inlets and other drainage appurtenances during installation. Report any damage immediately to the project engineer. B. Geotextiles 1. Place on top and sides of soil subgrade. Secure in place to prevent wrinkling from vehicle tires and tracks. 2. Overlap a minimum of [0.3 m (12 in.)] in the direction of drainage. C. Open -graded subbase and base 1. Moisten, spread and compact the No. 2 subbase in 4 to 6 in. (100 to 150 mm) lifts [without wrinkling or folding the geotextile. Place subbase to protect geotextile from wrinkling under equipment tires and tracks.] 2. For each lift, make at least two passes in the vibratory mode then at least two in the static mode with a minimum 10 t (10 T) vibratory roller until there is no visible movement of the No. 2 stone. Do not crush aggregate with the roller. 3. The surface tolerance of the compacted No. 2 subbase shall be ±2 1/2 in. (± 65mm) over a 10 ft (3 m) straightedge. 4. Moisten, spread and compact the No. 57 base layer in one 4 in. (100 mm) thick lift. On this layer, make at least two passes in the vibratory mode then at least two in the static mode with a minimum 10 t (10 T) vibratory roller until there is no visible movement of the No. 2 stone. Do not crush aggregate with the roller. 5. Use part of the compacted base area as a control strip for density testing. a. The [Testing Company] shall supply nuclear moisture/density gauges and ancillary equipment required to conduct density and moisture content measurements for compaction of the No. 57 aggregate drainage layer. Qualified testing laboratory operators/gauges may conduct compaction testing. Each gauge operator shall be trained in the safe operation, transportation and handling of the gauge. The registered owner of the gauge shall have and maintain a valid Radioisotope License for each gauge. October 26, 2015 APPENDIX B - 32 1413 19- 5 Permeable Interlocking Concrete Pavement 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD b. Each gauge shall have been calibrated within the last 12 months, either by the manufacturer or other qualified agent, against certified density and moisture reference blocks. The density standard count and the moisture standard count shall be within 2 percent and 4 percent respectively, of the most recent calibration values. A certificate of calibration for each gauge shall accompany each gauge. 6. Target Density a. Determine a target density on the control strip during under the following conditions: (1) after initial placement and compaction of the base aggregate layer (2) when there is a perceptible change in the appearance or gradation of the aggregate, (3) when there is a change in the source of aggregate. Test field density according to ASTM D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate In -Place by Nuclear Methods (shallow Depth). Field density tests shall be performed on compacted base materials to determine within acceptable limits of a target density. 7. Control Strip The Testing Company shall construct a control strip for the determination of a target density consisting of a single uniform lift as specified in the contract documents, but not more than 4 in. (100 mm) thick and covering approximately 600 yd (500 m2) in area. No testing shall be performed within 10 ft (3 m) from any unrestrained outside edge of the work area. The control strip may be incorporated into the project upon acceptance of density measurements by the Testing Company. b. During construction of the control strip, the surface of the aggregate shall be visibly moist and maintained as such throughout construction and compaction. c. After initial placement of the aggregate base material, the compaction equipment shall make two passes over the entire surface of the control strip. Field densities and field moisture contents, using the backscatter/indirect method, shall be determined at five randomly selected locations at least 15 ft (5 m) apart. The dry density and moisture content shall be calculated for each of these locations and the averages shall be used as initial values. The maximum compacted thickness of the aggregate base layer measured for density shall be 4 in. (100 mm). d. The compaction equipment shall then make two additional passes over the entire surface of the control strip. After compaction, three separate, random field density and moisture content determinations shall be made, using the backscatter/indirect method, and a new average dry density and moisture content shall be calculated. e. If the new average dry density exceeds the previous value by more than 1.2 pcf (20 kg/m3) then two additional passes of the equipment shall be carried out as described above. If the new average dry density does not exceed the previous value by more APPENDIX B -32 1413 19 - 6 October 26, 2015 Permeable Interlocking Concrete Pavement 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD than 1.2 pcf (20 kg/m3), then compaction of the control strip will be considered satisfactory and complete. f. Upon satisfactory completion of the control strip, an additional seven (7) field density and moisture tests, using the backscatter/indirect method, shall be taken at random locations and the dry density and moisture content values shall be determined. The final dry density and moisture content of the control strip shall be the average of these seven values plus the three most recent values obtained upon completion. 8. Compaction Equipment a. Use vibrating equipment in accordance with the paver manufacturer's recommendations. 9. Test Report a. The test report shall include the following: 1) Project description. 2) Sketch of test area and test locations. 3) Aggregate type and layer thicknesses. 4) Aggregate characteristic properties: gradation, void ratio, bulk density. 5) Compaction equipment type and weight. 6) Static or vibratory compaction. 7) Number of passes of the compaction equipment. 8) Test number and location. 9) Individual and average field wet density, moisture content, and dry density values determined after each compaction operation in accordance with ASTM D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate In -Place by Nuclear Methods (Shallow Depth). 10) Calculation of target density. D. The surface tolerance the compacted No. 57 base should not deviate more than. ±1 in. (25 mm) over a 10 ft (3 m) straightedge. E. Bedding layer 1. Moisten, spread and screed the No. 8 stone bedding material. 2. Fill voids left by removed screed rails with No. 8 stone. 3. The surface tolerance of the screeded No. 8 bedding layer shall be ±3/8 in (10 mm) over a 10 ft (3 m) straightedge. 4. Do not subject screeded bedding material to any pedestrian or vehicular traffic before paving unit installation begins. F. Permeable interlocking concrete pavers and joint/opening fill material 1. Lay the paving units in the pattern(s) and joint widths shown on the drawings. Maintain straight pattern lines. 2. Fill gaps at the edges of the paved area with cut units. Cut pavers subject to tire traffic shall be no smaller than 1/3 of a whole unit. 3. Cut pavers and place along the edges with a [double -bladed splitter or] masonry saw. 4. Fill the openings and joints with Washed ASTM No.89 or No.9 Stone. 5. Remove excess aggregate on the surface by sweeping pavers clean. 6 Compact and seat the pavers into the bedding material using a low -amplitude, 75 - October 26, 2015 APPENDIX B - 32-1-41319- 7 Permeable Interlocking Concrete Pavement 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 90 Hz plate compactor capable of at least 5,000 Ibf (22 kN) centrifugal compaction force. This will require at least two passes with the plate compactor. 7. Do not compact within 6 ft (2 m) of the unrestrained edges of the paving units. 8. Apply additional aggregate to the openings and joints if needed, filling them completely. Remove excess aggregate by sweeping then compact the pavers. This will require at least two passes with the plate compactor. 9. All pavers within 6 ft (2 m) of the laying face must be left fully compacted at the completion of each day. 10. The final surface tolerance of compacted pavers shall not deviate more than ±3/8 (10 mm) under a 10 ft (3 m) long straightedge. 11. The surface elevation of pavers shall be 1/8 to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. 3.05 FIELD QUALITY CONTROL A. After sweeping the surface clean, check final elevations for conformance to the drawings. B. Lippage: No greater than 1/8 in. (3 mm) difference in height between adjacent pavers. C. The surface elevation of pavers shall be 1/8 to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. D. Bond lines for paver courses: ±'/ in. (±15 mm) over a 50 ft (15 m) string line. 3.06 PROTECTION A. After work in this section is complete, the General Contractor shall be responsible for protecting work from sediment deposition and damage due to subsequent construction activity on the site. B. PICP installation contractor shall return to site after 6 months from the completion of the work and provide the following as required: fill paverjoints with stones, replace broken or cracked pavers, and re -level settled pavers to initial elevations. Any additional work shall be considered part of original bid price and with no additional compensation. END OF SECTION APPENDIX B -32 1413 19 - 8 October 26, 2015 Permeable Interlocking Concrete Pavement 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 32 3515 TREILLAGE PART 1 — GENERAL 1.1 SUMMARY A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, which contain information and requirements that apply to this section. B. Section includes: Screen panels and accessories. C. Work Related in Other Sections: 1. Section 32 9300: Trees, Shrubs, Vines and Groundcover. 2. Section 201 Concrete, Mortar and related Materials 1.2 REFERENCES: A. ASTM A500 — Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. B. ASTM A82 — Mechanical, Physical and Performance Properties of Carbon Steel Wire C. ASTM A641 — Zinc -Coated (Galvanized) Carbon Steel Wire D. ASTM A879 — Steel Sheet, Zinc Coated by the Electrolytic Process for Applications Requiring Designation of the Coating Mass on Each Surface. E. ASTM B117 — Operating Salt Spray (Fog) Apparatus. F. RAL — German Institute for Quality Assurance and Indication. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's product data, standard details, and installation instructions B. Shop Drawings: Submit showing sizes critical dimensions, panel layout constraints using a 2" x 2" modular grid, and details and locations of accessories. C. Engineering by GREENscreen® for post footing and embedment length calculations. Engineering cost shall be paid for by the Contractor. 1.4 DELIVERY, STORAGE, AND HANDLING A. Protect materials from damage. Store panels flat. Provide edge protection when strapping is used. Do not apply loads to panel edges. PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURER A. GREENscreen®, Los Angeles, CA; phone 800-450-3494, fax 310-837-0523, www.greenscreen.com. 2.2 PANELS October 26, 2015 APPENDIX B - 323515-1 TREILLAGE 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Panels shall be rigid, three-dimensional welded wire grid fabricated of 14 -gage ASTM A641 galvanized steel wire. B. Face Grid: Wires shall be welded at each intersection to form a 2 x 2 inch face grid on the front and back of panels, C. Trusses: Face grids shall be separated by bent wire trusses spaced at 2 -inch centers and welded to front and back face grids at each truss apex. D. Thickness: As shown on Drawings. E. Length and Width: Provide in 2 -inch nominal increments. F. Tolerance: 1/8 inch in width and'/4 inch in length. 2.3 ACCESSORIES A. Trim: 1. Fabricate from 20 -gage ASTM A879 galvanized steel. 2. Types: a) Channel Trim: Thickness of panel x'/ inch legs. b) Angle Trim: % inch x'/ inch legs. B. Clips and Straps: Provide manufacturer's standard types of clips and straps suitable for mounting conditions. Fabricate from ASTM A879 galvanized steel. Adjustable clips shall have % inch diameter 18-8 stainless steel bolt, washer, and nut. C. Plastic Spacers: Provide'/ inch thick black Ultra High Molecular Weight polyethylene (UHMW) washers [to hold clips away from mounting surface]. D. Fasteners for Attachment to Structure: 1. Provide fasteners to structure as shown on drawings. 2.4 FABRICATION A. Cut to size. B. Weld trim to panels and grind smooth exterior surfaces of welds. 2.5 FINISHES A. Metal components (except fasteners) shall be factory finished after fabrication. B. Finish System: pretreat with general purpose, alkaline, water based cleaner / degreaser applied at 240 degrees F. Prime with zinc -rich epoxy powder coat. Topcoat with polyester or polyester -urethane powder coat. C. Salt Spray Resistance: Finish shall remain rust free when tested 1680 hours in accordance with ASTM B117. D. Color: Matte Wrinkle -Textured Green E. Touch -Up Paint: Provide high quality, exterior -grade spray paint suitable for conditions of use. PART 3 — EXECUTION 3.1 EXAMINATION A. Inspect substrates and conditions affecting work of Section. Do not proceed until unsatisfactory conditions have been corrected. 3.2 INSTALLATION October 26, 2015 APPENDIX B - 323515-2 TREILLAGE 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Install panels plumb and square, centered within area designated for panels, and aligned to maintain modular grid. B. Avoid cutting panels in field. Where field cutting is essential, apply touch-up paint to cut edges. C. Install securely with fasteners located as shown on Drawings. D. Repair bent or damaged panels. If panels cannot be repaired to satisfaction of Engineer, remove from jobsite and replace with new panels. END OF SECTION October 26, 2015 APPENDIX B - 323515-3 TREILLAGE 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 32 8000 IRRIGATION PART 1 - GENERAL 1.1 SUMMARY A. Scope of Work: Provide all labor, materials, transportation and services necessary to furnish and install irrigation systems as shown on the Drawings and described herein. B. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, which contain information and requirements that apply to this Section. C. Work Included: Provide irrigation system, complete, as shown and as specified. D. Related Sections: 1. Section 32 9113 — Landscape Soil Preparation 2. Section 32 9300 — Trees, Shrubs and Groundcovers 3. Section 32 9353 — Palm Trees 4. Section 32 9643 — Palm Tree Relocation 5. Section 32 9800 — Landscape Establishment 1.2 QUALITY ASSURANCES: A. Applicable Standards: Comply with the current applicable provisions of the following, with applicable codes and regulations of the City and/or County and as specified. 1. "UPC" - Uniform Plumbing Code published by the Association of Western Plumbing Officials 2. "ASTM" - American Society for Testing and Materials 3. "NEC" - National Electrical Code B. Qualification of the Contractor: Contractor for irrigation installation work shall meet the requirements described in Quality Assurance Paragraph of Section 32 9300 Trees Shrubs and Groundcover. C. Permits and Fees: The Contractor shall obtain and pay for any permits and inspections as required. D. Manufacturer's Directions: Manufacturer's directions and detailed Drawings shall be followed in all cases where the manufacturers of articles used in this contract furnish directions covering points not shown in the Drawings and Specifications. E. ORDINANCES AND REGULATIONS 1. 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 or October 26, 2015 APPENDIX B - 32 8800 - 1 Irrigation 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD higher standard than is required by the above rules and regulations, the provisions of these Specifications and Drawings shall take precedence. F. EXPLANATIONS OF DRAWINGS 1. 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 generally 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 architectural features, and other above and below grade improvements. 2. The word Architect or Landscape architect as used herein shall refer to the Engineer. 3. Work called for on the Drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the Specifications. 4. The Contractor shall not willfully install the irrigation system as shown on the Drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the Engineer. In the event this notification is not performed, the irrigation Contractor shall assume full responsibility for any revision necessary. 1.3 SUBMITTALS A. Material List: 1. The Contractor shall furnish the articles, equipment, materials or processes specified by name in the Drawings and Specifications. No substitution will be allowed without prior written approval by the Engineer. 2. Complete material list shall be submitted prior to performing any work. Material list shall include the manufacturer, model number and description of all materials and equipment to be used. Although manufacturer and other information may be different, the following is a guide to proper submittal format: Item Description Manufacturer Model No. 1. Backflow preventer Febco 825Y 2. Control valves Rain Bird PEB Series 3. Quick coupling valve Rain Bird 33DLVC 3. Irrigation submittal must be specific and complete. Items must be listed and should include solvent/primer, wire, wire connectors, valve boxes, etc. No copies of manufacturer's literature (catalog cuts) are required as submittal information, unless requested. Provide a copy of the completed irrigation submittal list with the Operation and Maintenance manual. 4. The Contractor may submit substitutions for equipment and materials listed on the irrigation Drawings by following procedures as outlined in Section 1.5 of the Irrigation Specifications. 5. Equipment or materials installed or furnished without prior approval of the Engineer may be rejected and the Contractor required to remove such materials from the site at his own expense. APPENDIX B - 32 8800 - 2 October 26, 2015 Irrigation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 6. Approval of any item, alternate or substitute indicates only that the product or products apparently meet the requirements of the Drawings and Specifications on the basis of the information or samples submitted. 7. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. B. RECORD DRAWINGS 1. The Contractor shall provide and keep up to date a complete record set of black line prints which shall be corrected daily and show every change from the original Drawings and Specifications and the exact locations, sizes, and kinds of equipment. Prints for this purpose may be obtained from the Architect at cost. This set of Drawings shall be kept on the site and shall be used only as a record set. 2. Record Drawings shall also serve as work progress sheets and shall be the basis for measurement and payment for work completed. The Contractor shall make neat and legible annotations thereon daily as the work proceeds, showing the work as actually installed. These Drawings shall be available at all times for inspection and shall be kept in a location designated by the Engineer. 3. Record Drawings shall be full size Drawings. 4. Before the date of the final inspection, the Contractor shall transfer all information from the record prints to sepia Mylar Drawing, procured from the Architect at the Contractor's cost. Drafting work shall be neat, performed with India ink with technical drafting pens. Documenting the As -built Record Drawings in AutoCAD, 2007 format is acceptable as an alternative to ink and Mylar Drawings. Dimensions shall be documented so as to be easily read including when copied as the base plan for the final controller charts. The sepia mylars or mylar computer plots of the As -built Record Drawings shall be submitted to the Architect for approval prior to the making of irrigation controller charts. 5. The Contractor shall dimension from two permanent points of reference, building corners, sidewalk or road intersections, etc., the location of the following items: a. Connection to existing water lines. b. Connection to existing electrical power. C. Gate and ball valves. d. Routing of sprinkler pressure lines (dimension maximum 100 feet along routing). e. Sprinkler control valves, master valves, and flow sensors. f. Routing of control wiring, conduit, signal cable conduit and wires splice boxes. g. Quick coupling valves. h. Drip equipment including filters and pressure regulators. i. Other related equipment as directed by the Engineer. 6. On or before the date of the final inspection, the Contractor shall deliver the corrected and completed mylar Record Drawings to the Architect. Delivery of the mylar Drawings will not relieve the Contractor of the responsibility of furnishing required information that may be omitted from the Record Drawings. C. CONTROLLER CHARTS 7. Record Drawings shall be approved by the Engineer before controller charts are prepared. 8. Provide three controller charts for each controller supplied. (One for the controller enclosure and two to the Engineer.) October 26, 2015 APPENDIX B - 32 8800 - 3 Irrigation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 9. The chart shall show the area controlled by the automatic controller and shall be the maximum size, which the controller door will allow. The preferred chart size is 11" x 17" size #20 bond paper. 10. The chart is to be a reduced Drawing of the actual as -built system. However, in the event the controller sequence is not legible when the Drawing is reduced, it shall be enlarged to a size that will be readable when reduced. 11. The chart shall be a black line print and a different color shall be used to indicate the zone of coverage for each station. 12. When completed and approved, the chart shall be hermetically sealed between the two pieces of plastic laminate, each piece being a minimum of 8 mils. 13. These charts shall be completed and approved prior to final inspection of the irrigation system. D. OPERATION AND MAINTENENCE MANUALS 1. Prepare and deliver to the Engineer within ten calendar days prior to completion of construction, two hard cover binders with three rings containing the following information: a. Index sheet stating Contractor's address and telephone number, list of equipment with name and addresses of local manufacturer's representatives. b. Guarantee statement for irrigation system — See 1.7D of this section. C. Catalog and parts sheets on every material and equipment installed as a part of this contract. d. Complete operating and maintenance instruction on all major equipment. e. Warranty statements of irrigation equipment provided. f. Copy of approved irrigation submittal list. 2. In addition to the above mentioned maintenance manuals, provide the Engineer's maintenance personnel with instructions for major equipment and show evidence in writing to the Engineer at the conclusion of the project that this service has been rendered. E. CONTRACTOR FURNISHED EQUPMENT 1. Supply as part of this contract the following tools: a. Two sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. b. Two 30 inch valve keys for operation of gate valves. C. Two keys for each automatic controller and enclosure. d. One quick coupler key and matching hose swivel for every five quick coupling valves installed. 2. The above mentioned equipment shall be turned over to the Owner at the conclusion of the project. Before final inspection can occur, evidence that the Owner has received material must be shown to the Engineer. 1.4 PRODUCT DELIVERY, STORAGE, AND HANDLING OF PVC PIPE AND FITTINGS: A. 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. APPENDIX B - 32 8800 - 4 October 26, 2015 Irrigation 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD Any section of pipe that has been dented or damaged will be discarded and, if installed, shall be replaced with new piping. 1.5 SUBSTITUTIONS A. If the Irrigation Contractor wishes to substitute any equipment or materials for those equipment or materials listed on the irrigation Drawings and Specifications, he may do so by providing the following information in writing to the Architect for approval: 1. Provide a statement indicating the reason for making the substitution. Use a separate sheet of paper for each item to be substituted. 2. Provide descriptive catalog literature, performance charts and flow charts for each item to be substituted. 3. Provide the amount of cost savings if the substituted item is approved. B. The Engineer shall have the sole responsibility in accepting or rejecting any substituted item as an approved equal to those equipment and materials listed on the irrigation Drawings and Specifications. 1.6 PRIOR TO START OF ESTABLISHMEND PERIOD: A. Contractor shall submit proof of warranty to Architect prior to the start of the Establishment period. Computerized irrigation control system materials, except interconnection conductors, shall have a five-year labor and material warranty. It is the Contractor's responsibility to obtain the necessary warranty inspections from the equipment supplier. No installations will be accepted without proof of warranty. 1.7 GUARANTEE: A. The guarantee for the sprinkler irrigation system shall be made in accordance with the attached form. The general conditions and supplementary conditions of these Specifications shall be filed with the Engineer prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in the Operations and Maintenance Manual. C. The guarantee form shall be retyped onto the Contractor's letterhead and contain the following information: GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM D. We hereby guarantee that the sprinkler irrigation system we have furnished and installed is free from defects in materials and workmanship. And the work has been completed in accordance with the Drawings and Specifications, except ordinary wear and tear and unusual abuse. We agree to repair or replace all defects in material and/or workmanship which may develop during the period of one year from date of final acceptance by Engineer and also to repair or replace all damages resulting from the repair of such defects at no additional cost to the Owner. We shall make such repairs or replacements within a reasonable time, as determined by the Engineer, after receipt of written notice. In the event of our failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Engineer, we authorize the October 26, 2015 APPENDIX B - 32 8800 - 5 Irrigation 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD Owner to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. PROJECT: LOCATION: CONTRACTOR/COMPANY: LICENSE NO: ADDRESS: PHONE: DATE OF FINAL ACCEPTANCE: SIGNED: DATE: 1.8 PROTECTION OF WORK AND MATERIALS: A. Contractor shall protect his work and the work of others for the duration of the Contract. Protect piping and fittings from direct sunlight, and avoid undue bending and any concentrated external loading. Pipe or fittings that have been damaged shall not be installed. B. Contractor shall exercise extreme care in excavating and working near utilities. Damage to utilities, which is caused by the Contractor's operation, shall be the Contractor's responsibility. C. Contractor shall take necessary precautions to protect site conditions and plant material. Should damage be incurred, Contractor shall repair said damage to its original condition or furnish and install equal replacements as directed by the Engineer. D. Existing irrigation systems shall be kept in operation at all times. When existing irrigation systems are damaged by Contractor's operations, he shall be responsible for immediate repair of said damage. After each repair, sprinkler head nozzles of the repaired system shall be removed in order to clear the piping of dirt and foreign matter. 1.9 CORRECTION OF WORK: APPENDIX B - 32 8800 - 6 October 26, 2015 Irrigation 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Discrepancies or unsatisfactory work shall be corrected at no additional cost to Owner. The correction of work shall be finished within a reasonable time period as mutually agreed upon by the Engineer and Contractor. PART 2 -PRODUCT 2.1 MATERIALS: A. General: Use only new materials of brands and types noted on Drawings specified herein or approved equals. B. PVC Pressure Main line Pipe and Fittings: 1. Pressure main line piping for sizes 2 inches and larger, shall be PVC class 315. 2. Class 315 PVC pipe shall be made from a NSF approved Type I, Grade I, PVC resin conforming to ASTM resin specification D1784. Pipe must meet requirements as set forth in Federal Specification PS -22-70, with an appropriate standard dimension (S.D.R.) (solvent- weld pipe). 3. Pressure main line piping for sizes 1-1/2 inches and smaller shall be Schedule 40 PVC with solvent -welded joints. 4. Pipe shall be made from NSF approved Type I, Grade I PVC resin conforming to ASTM Resin Specification 1785. Pipe must meet requirements as set forth in Federal Specification PS -21-70 (solvent -weld pipe). 5. PVC solvent -weld fittings shall be Schedule 80, 1-2; II -1 NSF approved conforming to ASTM test procedure D2466. 6. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. 7. PVC pipe must bear the following markings: a. Manufacturer's name b. Nominal pine size C. Schedule or class d. Pressure rating in psi. e. NSF (National Sanitation Foundation) approval f. f. Date of extrusion 8. Fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval. C. PVC Non -Pressure Lateral Line Piping: 1. Non -pressure buried lateral line piping shall be Schedule 40 PVC with solvent -weld joints. 2. Pipe shall be made from NSF approved, Type I, Grade II PVC resin conforming to ASTM Resin Specification D1784. Pipe must meet requirements set forth in Federal Specification PS -22-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraph 1 and 2 of this Section, requirements for non -pressure lateral line pipe and fittings shall be the same as for solvent -weld pressure main line pipe and fittings as set forth in above Section of these Specifications. D. Brass Pipe and Fittings: October 26, 2015 APPENDIX B - 32 8800 - 7 Irrigation 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 1. Where indicated on the Drawings, use red brass screwed pipe conforming to Federal Specification No. WW -P-351. 2. Fittings shall be red brass conforming to Federal Specification No. WW -P-460. E. Galvanized Pipe Fittings: 1. Where indicated on the Drawings, use galvanized steel pipe ASA Schedule 40 mild steel screwed pipe. 2. Fittings shall be medium galvanized screwed beaded malleable iron or Class 150 flanged steel with stainless steel hardware where required. Galvanized couplings may be merchant coupling. 3. Galvanized pipe and fittings installed below grade shall be painted with two coats of Koppers No. 50 Bitumastic, or wrapped with 3M Company 3 mil plastic pipe wrap material. F. Gate and Ball Valves: 1. Gate valves 3 inches and smaller shall be 125 -pound SWP bronze gate valve with screw- in bonnet, non -rising stem and solid wedge disc. 2. Gate valves 3 inches and smaller shall have threaded ends and shall be equipped with a bronze handwheel. 3. Gate valves 3 inches and smaller shall be similar to those manufactured by NibCo, Hammond, or approved equal. 4. Ball valves 3 inches and smaller shall be PVC schedule 80 full bore units, and include Teflon ball seats, Buna-N O -rings seals, and pressure rated at a minimum of 235 psi @ 73 degrees F 5. Ball valves 3 inches and smaller shall be equipped with a Saf-T-Shear stem and polypropylene handle. 6. Ball valves 3 inches and smaller shall be as manufactured by Spears, or approved equal. 7. Gate and Ball valves shall be installed per installation detail. G. Quick Coupling Valves: 1. Quick coupling valves shall have a brass two piece body designed for working pressure of 150 psi operable with quick coupler. Key size and type shall be as shown on plans. H. Backflow Prevention Units: 1. Backflow prevention units shall be of size and type indicated on the irrigation Drawings. Install backflow prevention units in accordance with irrigation construction details. 2. Wye strainers at backflow prevention units shall have a bronze screwed body with standard mesh Monel screen and shall be similar to Bailey No. 100B or approved equal. 3. Pressure main line piping between the point of connection and the backflow preventer shall be installed as required by local code. The Contractor shall verify with the local governing body as to material type and installation procedures prior to start of construction. Submit shop Drawing for approval 4. Metal security enclosures for backflow preventer assemblies shall be of size and type indicated where shown on Drawings. 5. The backflow prevention assembly enclosure shall be made of formed stainless steel tubing and rod. The full release locking mechanism shall be formed from stainless steel. APPENDIX B - 32 8800 - 8 October 26, 2015 Irrigation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 6. The backflow prevention assembly enclosure shall require a backflow enclosure mounting pad. Provide each enclosure with a prefabricated mounting pad and support base. 7. Security enclosure for backflow preventer shall be V.I.T Products, Inc. Model series #SBBC or approved equal. Backflow enclosure mounting pad shall be V.I.T. Products, Inc. Model series QP-30BF. Contact V.I.T. at phone number (800) 729-1314. I. Check Valves: 1. Anti -drain valves shall be of heavy-duty virgin PVC construction with F.I.P. thread inlet and outlet. Internal parts shall be stainless steel and from 5 to 40 feet of head. Anti -drain valve shall be similar to the Hunter "HCV" or approved equal. J. Control Wiring: 1. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Control 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 manufacturer's specifications and wire chart. In no case shall wire size be less than No. 14 and no less than # 12 gauge for common wires. 2. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. 3. Where more than one wire is placed in a trench, the wiring shall be taped together at intervals of 10 feet. 4. An expansion curl shall be provided at each major change of direction and within 3 feet of each wire connection. Expansion curl shall be of sufficient length at each splice connection at each electric control valve, so that in case of repair, the valve bonnet may be brought to the surface without disconnection of the control wires. Control wires shall be laid loosely in trench without stress or stretching or control wire conductors. 5. Splices shall be made with Scotch -Lok # 3576 connector sealing packs, Rain Bird Snap- Tite wire connector, Spears # DS -100 connectors with Spears # DS -300 sealant, or approved equal. Use one splice per connector sealing pack. 6. Field splices between the automatic controller and electrical control valves shall not be allowed without prior approval of the Architect. Field splices shall include an 18 -inch loop coil and be covered within a bolt -down valve box. Identify the letters "WS" on box cover. 7. Wire coil shall be continuous over its entire length. Use a different color for each irrigation controller for common ground wire. Spare control wires shall be blue in color. Spare common ground wire shall be white in color. K. Irrigation Controllers: 1. Irrigation controllers shall be as indicated on the plan. 2. The Architect shall approve final location of irrigation controllers. 3. Unless otherwise noted on the plans, others shall furnish the 120 -VAC electrical power to the irrigation controller location. The final electrical hook-up shall be the responsibility of the irrigation Contractor. 4. The irrigation controller shall be a part of the controller enclosure assembly. Refer to section below. October 26, 2015 APPENDIX B - 32 8800 - 9 Irrigation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD L. Controller Enclosure Assemblies: 1. The controller enclosure assemblies shall consist of a stainless steel housing and removable stainless steel mounting plate, transient protection terminal boards, and a 120 -VAC GFI outlet for automatic controller. 2. The controller enclosure assembly shall be equipped with a 120 -VAC duplex box with an on/off switch, 120 —VAC receptacle and transient protection for both low and high voltage. Enclosure shall be grounded with an 8 -foot copper clad grounding rod and #6 gauge solid bare wire. Power to the housing shall be properly phased. 3. The controller enclosure assembly shall be equipped with pre -wired transient protection terminal boards clearly indicating the proper points of connection for appropriate wiring, i.e. station valves, master valve, flow sensor, control and common wires. Controller faceplate shall mount flat on enclosure braces or mounting plate as assembled by supplier. 4. Controller enclosure assembly shall include a five-year warranty provided by supplier. Automatic Controller shall include a five-year warranty provided by controller manufacturer. 5. The controller enclosure assembly shall be assembled by John Deere Green Tech, Irvine, California. Phone number: (800) 427-0779. M. Electrical Control Valves: 1. Electrical control valves shall be the same manufacturer as indicated on the Drawings. 2. Electric control valves shall have a manual flow adjustment handle and bleed valve for manual operation. 3. Provide and install one control valve box for each electric control valve. N. Control Valve Boxes: 1. Use one 10 -inch x 10 -inch (T -cover) round box for each quick coupling valve, gate valve, grounding rod and wire splice as manufactured by Carson Engineering- model #0809-4B with bolt -down cover, or approved equal. Extension sleeves for gate valves shall be 6 - inch minimum PVC Schedule 40. 2. Use one nominal 10 -inch x 15 -inch x 12 -inch deep (T -cover) rectangular box for electrical control valves, master valves, and flow sensor assemblies as manufactured by Carson Engineering Products - model #1419-12-4B with bolt -down cover, or approved equal. 3. Valve boxes shall be green in color. 4. Use landscape fabric (geotextile soil separator), model number 140N, as manufactured by Mirafi, Inc. (800) 869-8905, or approved equal. O. Sprinklers: 1. Sprinkler nozzles shall be of the same size, type and deliver the same rate of precipitation with the diameter (or radius) of throw, pressure and discharge as shown on the plans and/or specified in these special provisions. 2. Spray nozzles shall have a screw adjustment. 3. Pop-up sprinkler bodies shall be fabricated in accordance with the details shown on the plans. 4. Riser nipples for sprinkler shall be the same size as the riser opening in the sprinkler body. APPENDIX B - 32 8800 - 10 October 26, 2015 Irrigation 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 5. Sprinkler nozzles of the same type shall be of the same nozzle manufacturer. Sprinkler pop-up bodies of the same type shall be of the same pop-up body manufacturer. 6. Sprinkler spacing as shown on the Drawings shall not be exceeded. P. Drip Emitters: 1. Emitter body shall be manufactured of high impact -resistant polypropylene material with a barb inlet base. Flow shall be regulated through a silicone diaphragm. The emitter shall pressure compensate for rate flow + 10% over a pressure variant of 10 to 45 psi. Emitters shall be as manufactured by GPH Irrigation Products, Inc., Fontana, California. Phone number: (866) 582-9684. Refer to Drawings for size and type of emitter. 2. Emitter distribution tubing shall be made of plasticized PVC and shall be sufficiently flexible to bend on a radius of one-quarter inch without kinking or suffering a permanent set which would affect its flow capacity. 3. Emitter distribution tubing shall have an inside diameter of 0.160 inch and a nominal outside diameter of 1/4 inch (0.160 x 0.220 inch). Emission outlet check valve (bug cap) shall be of the same series size as the emitter distribution tubing when specified. 4. The flexible PVC tubing shall be uniformly black in color, homogeneous throughout and smooth inside and out, free from foreign materials, cracks, holes, dents, wrinkles and blisters. The tubing shall be cut square at each end and pressed onto the mounting barb of both the emitter outlets and emission tubes as far as possible by hand. 5. The hole shall withstand a minimum steady state of internal pressure to 60 psig, at 68F degrees without failure. 6. Flush valve assemblies shall be assembled by the Contractor in the manner and of the materials as shown on the Drawings. Flush valves shall be installed in a closed position. 7. Provide drip electric control valve with inline pressure regulator for each drip system. Refer to Drawings fro size, quantity, and type of pressure regulators required. Q. Identification Tags: 1. Identification tags for electrical control valves shall be manufactured from Polyurethane Behr Desopan, or equal. Use Christy's standard tag hot stamped with black letters on yellow background. Tags shall be numbered to match programming shown on the irrigation drawing. Provide one tag of each electric control valve. a. Tags shall be numbered to match programming shown on the Drawings. Provide one tag for each electric control valve, flow sensor and master valve. b. Order tags with the controller assignment on the front side of tag and the station sequence indicated on the back side of the tag. The tag is limited to three digits each side. 2. Special order tags from T. Christy Enterprises, 1211 Struck Avenue, Orange, California, 92667, (714) 771-4142, or approved equal. R. Sleeving: 1. Install separate sleeve beneath paving surfaces to route each run of irrigation pipe or wiring bundle. 2. Sleeving material beneath paving surfaces, both pedestrian and traffic, shall be PVC schedule 60 piping with solvent welded joints. 3. Sleeving diameter: Equal to twice the outside diameter of the pipe or wire bundle. Minimum diameter shall be 2 inches. October 26, 2015 APPENDIX B - 32 8800 -11 Irrigation 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD S. Other Components: 1. Tools and Spare Parts: Provide operating keys, service tools, test equipment, other items, and spare parts as indicated in this Specification. 2. Other Materials: Provide other equipment or materials not shown on the Drawings or referenced in this Specification necessary to complete the installation of the irrigation system. PART 3 - EXECUTION 3.1 INSPECTION: A. Site Conditions: 1. Drawing scaled dimensions are approximate. The Contractor shall check and verify all size dimensions and receive the Architect's approval prior to proceeding with work under this section. 2. Exercise extreme care in excavating and working near existing utilities. Contractor shall be responsible for damages to utilities, which are caused by his operations or neglect. Check any existing utility Drawings for existing utility locations. 3. Coordinate installation of irrigation materials, including pipe, so there shall be NO interference with utilities or other construction or difficulty in planting trees, shrubs and groundcovers. 4. The Contractor shall carefully check all grades to satisfy him that he may safely proceed before starting work on the irrigation system. 5. Report irregularities to Architect prior to beginning work. Commencement of work implies acceptance of existing site conditions. 3.2 SITE PREPARATION: A. Physical Layout: 1. Prior to installation, the Contractor shall stake out pressure supply lines, routing and location of sprinkler heads. 2. Architect shall approve sprinkler, piping and equipment layout prior to installation. B. Water Supply: 1. The irrigation system shall be connected to water supply points of connection as indicated on the Drawings. 2. Connections shall be made at approximate locations as shown on the Drawings. Contractor is responsible for minor changes caused by actual site conditions. 3. Installation of backflow preventer shall be made at the approximate location shown on the Drawings. The Contractor shall be responsible for minor changes caused by actual site conditions. C. Electrical Supply: 1. Electrical connections for automatic controller shall be made to electrical points of connection as indicated on the Drawings. 2. Connections shall be made at approximate locations as shown on the Drawings. Contractor is responsible for minor changes caused by actual site conditions. APPENDIX B - 32 8800 - 12 October 26, 2015 Irrigation 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.3 EXCAVATING AND TRENCHING: A. General: Perform all excavations as required for installation of work, including shoring of earth banks, if necessary. B. Trenching: 1. Dig trenches straight and support pipe continuously on bottom of trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on Drawings and as noted. 2. Provide for a minimum cover of 18 inches for all pressure supply lines. 3. Provide for a minimum cover of 12 inches for all non -pressure lines. 4. Provide for a minimum cover of 6 inches for drip emitter distribution tubing. 5. Provide for a minimum cover of 18 inches for all control wiring. 6. Where piping is shown on the Drawings under paved areas, but running parallel and adjacent to planting areas, install the piping within planting areas. C. 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 or stones. Backfill shall be mechanically compacted in d areas to a dry density equal to adjacent undisturbed soil. 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 1/2 inch in size will be permitted in the initial backfill. 3. The flooding of trenches will be permitted only with approval of the Engineer. 4. If settlement occurs and subsequent adjustments in pipe, valves, sprinkler heads, lawn or planting or other construction are necessary, the Contractor shall make required adjustments without cost to the Owner. D. Trenching and Backfilling Under Paving: 1. Trenches located under areas where paving, asphaltic concrete or concrete will be installed shall be backfilled with sand (a layer 6 inches below the pipe and 3 inches above the pipe) and compacted in layers to 95% compaction, using manual or mechanical tamping devices. Trenches for piping shall be compacted to equal the compaction of the existing adjacent undisturbed soil and left in a firm unyielding condition. Trenches shall be left flush with the adjoining grade. The sprinkler irrigation Contractor shall set in place, cap and pressure test piping under paving prior to the paving work. 2. Generally, piping under existing walks is done by jacking, boring or hydraulic driving, but where any cutting or breaking of sidewalks and/or concrete is necessary, it shall be done and replaced by the Contractor as part of the contract cost. Permission to cut or break sidewalks and/or concrete shall be obtained from the Engineer. No hydraulic driving will be permitted under concrete paving. Compact all backfill to 95% dry density and dispose of waste off site. Replacement pavement shall match existing in structure, material and appearance. No hydraulic driving will be permitted under concrete paving. October 26, 2015 APPENDIX B - 32 8800 - 13 Irrigation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3. Provide for a minimum cover of 18 inches between the top of the pipe and the bottom of the aggregate base for all pressure and non -pressure piping installed under asphalt concrete paving. E. Conduit and Sleeves: 1. Coordination: Sleeving will be existing only when installed under another contract. For all other installations, provide materials and coordinate conduit and sleeve installation with other trades as required to facilitate smooth construction sequence. 2. Conduit: Furnish and install conduit where control wires pass under or through walls, walks and paving. Conduits to be of adequate size to accommodate retrieval for repair of wiring and shall extend 12 inches beyond edges of walls and pavement. 3. Sleeving: Install sleeves for pipes passing through or under walks and paving as shown on the Drawings. Sleeving to be of adequate size to accommodate retrieval of wiring or piping for repair and shall extend 12 inches beyond edges of paving or other construction. F. Assemblies: 1. The routing of irrigation lines as indicated on the Drawings is diagrammatic. Install lines (and various assemblies) in such a manner as to conform to the Drawings. 2. Install NO multiple assemblies on plastic lines. Provide an outlet for each assembly. 3. Install assemblies specified herein in accordance with respective detail. In absence of detail Drawings or specifications pertaining to specific items required to complete work, perform such work in accordance with best standard practice with prior approval of Architect. 4. PVC Pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before installation. Installation and solvent welding methods shall be as recommended by the pipe and fitting manufacturer. Install no assembly into a trench, which has standing water. 5. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape, or approved equal, shall be used on all threaded PVC to PVC and on all threaded PVC to metal joints. Use no pipe dope. Light wrench pressure is required. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. Use strap -type friction wrench only - no metal jawed wrench. G. Irrigation Piping Clearance: 1. Piping shall have a minimum clearance of 6 inches from each other and from lines of other trades. Parallel piping shall not be installed directly over one another. H. Irrigation Controller: Install as per manufacturer's instructions. Control valves shall be connected to controller in numerical sequence as shown on the Drawings. I. High Voltage Wiring for Irrigation Controller: 1. Contractor shall be responsible for final connection of 120 -volt power connection to the automatic controller. 2. Electrical work shall conform to local codes, ordinances and union authorities having jurisdiction. APPENDIX B - 32 8800 - 14 October 26, 2015 Irrigation 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD J. Electric Control Valves and Master Valves: Install where shown on the Drawings and details. When grouped together, allow at least 12 inches between valves. Install each control valve in a separate valve box. Align valve boxes in a row. K. Flushing of System: 1. After valves, pipe lines and risers are in place and connected, all necessary diversion work has been completed and prior to installation of sprinkler heads or emitters, the control valves shall be opened and a full head of water used to flush out the system. 2. Sprinkler head and drip emitters shall be installed only after flushing of the system has been accomplished to the complete satisfaction of the Engineer. Re -flush the emitter lines after installation of said emitters. L. Sprinkler Heads: 1. Install the sprinkler heads as indicated on the Drawings. 2. Spacing of heads shall not exceed the maximum indicated on the Drawings. In no case shall the spacing exceed the maximum recommended by the manufacturer. M. Quick Coupling Valves: 1. Install as indicated on the Drawings. N. Drip Emitter Operation and Installation: 1. Drip emitters shall be installed in emitter tubing after the emitter tubing has been punched with the proper size emitter tubing punch. 2. Flush emitter tubing and PVC lateral lines prior to installation of emitters. Re -flush lines after installation of said emitters. 3.4 TEMPORARY REPAIRS: A. The Owner 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 builder/developer shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 3.5 EXISTING TREES: A. Where it is necessary to excavate adjacent to existing trees, the Contractor shall use care to avoid injury to trees and tree roots. Excavation in areas where 2 inch and larger roots occur shall be done by hand. Roots two inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped in burlap, to prevent scarring or excessive drying. Where a ditching machine is run close to trees having roots smaller than 2 inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Roots 1 inch and larger in diameter shall be painted with two coats of Tree Seal or equal. Trenches adjacent to trees should be closed within 24 hours; and where this is not possible, the side of the trench adjacent to the tree shall be kept shaded with moist burlap or canvas. October 26, 2015 APPENDIX B - 32 8800 -15 Irrigation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.6 INSTALLATION OF OTHER COMPONENTS: A. Tools and Spare Parts: 1. Prior to the Pre -Maintenance Period walk-through inspection, but no earlier than the project wide notice of substantial completion, supply to the Owner turn over items including controller cabinet keys, servicing tools, test equipment, and any other items indicated on the Drawings. B. Other Materials: 1. Install other materials or equipment on the Drawings or installation details to be a part of the irrigation system, even though said items may not have been referenced in this Specification. 3.7 FIELD QUALITY CONTROL: A. Adjustment of the System: 1. The Contractor shall flush and adjust sprinkler heads for optimum performance and to prevent over spray onto walks, roadways and buildings as much as possible. 2. If it is determined that minor adjustments to the irrigation equipment will provide proper and more adequate coverage, the Contractor shall make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of arc as required. 3. Sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the plans. B. B. Testing of Irrigation System: 1. The Contractor shall request the presence of the Engineer in writing at least 48 hours in advance of testing. 2. Test pressure lines under hydrostatic pressure of 150 pounds per square inch for 2 hours and prove piping to be watertight. a. Note: Testing of pressure main lines shall occur prior to installation of electric control valves. 3. Piping under paved areas or on structure shall be tested under hydrostatic pressure of 150 pounds per square inch for 2 hours and proved watertight, prior to paving. 4. Sustain pressure in lines for not less than two hours. If leaks develop, replace joints and repeat test until entire system is proven watertight (maximum allowable pressure drop is 4 psi). 5. All hydrostatic tests shall be made only in the presence of the Engineer or other duly authorized representative of the Owner. No pipe shall be backfilled until it has been inspected, tested and approved in writing. 6. Furnish necessary force pump and all other test equipment for hydrostatic pressure testing. 7. When the irrigation system is completed, perform a coverage test in the presence of the Engineer, to determine if the water coverage for planting areas is complete and adequate. This test shall be accomplished before any turf or groundcover is planted. 8. Furnish materials and perform all work required to correct any inadequacies of coverage. APPENDIX B - 32 8800 - 16 October 26, 2015 Irrigation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.8 SYSTEM OPERATION: A. The entire irrigation system shall be under full automatic operation for a period of seven days prior to any planting. B. The Engineer reserves the right to waive or shorten the operation period. 3.9 CLEAN-UP: A. Clean up shall be made as each portion of work progresses. Refuse and excess dirt shall be removed from the site, walks and paving shall be swept or washed down and any damage sustained on the work of other Contractors shall be repaired to original condition at no cost to Owner. 3.10 FINAL INSPECTION PRIOR TO ACCEPTANCE: A. The Contractor shall operate each system in its entirety for the Engineer at time of final inspection and issuance of notice of substantial completion. Any items deemed not acceptable by the inspector shall be reworked to the complete satisfaction of the Engineer. B. The Contractor shall show evidence to the Engineer that the Owner has received all accessories, charts, record Drawings and equipment as required before final inspection is performed. 3.11 OBSERVATION SCHEDULE: A. Contractor shall be responsible for notifying the Engineer in advance for the following observations, according to the time indicated: 1. Pre job conference - 7 days 2. Pressure supply line installation and testing — 2 days 3. Irrigation controller installation — 2 days 4. Control wire installation — 2 days 5. Lateral line and sprinkler installation — 2 days 6. Emitter tubing and emitter installation — 2 days 7. Coverage test — 2 days 8. Final observation - 7 days B. When observations have been conducted by other than the Engineer, show evidence of when and by whom these observations were made. C. No inspection will commence without the Record Drawings. In the event the Contractor calls for an inspection without Record Drawings, without completing previously noted corrections or without preparing the system for inspection, he shall be responsible for reimbursing the Architect at the hourly rate in effect at the time of the inspection portal (plus transportation costs) for the inconvenience. No further inspections will be scheduled until this charge has been paid. END OF SECTION October 26, 2015 APPENDIX B - 32 8800 -17 Irrigation 151' STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 32 9113 LANDSCAPE SOIL PREPARATION PART 1 - GENERAL 1.1 DESCRIPTION: A. Related Requirements: Review the General Contract Conditions and Division One, General Requirements, which contain information and requirements that apply to this Section. B. Work Included: 1. Provide planting media amendment 2. Amending of existing for planting 3. Amending of imported topsoil 4. Amending of subgrade soil 5. Mixing of planting mediums. 6. Testing of amended mediums. 7. Transporting and storage of soils and planting mediums. 8. Preplanting weed control C. Related Work in Other Sections: 1. Section 32 8000 - Irrigation 2. Section 32 9300 - Trees, Shrubs, Vines, and Groundcovers 3. Section 32 9800 - Landscape Establishment 4. Section 32 9115 — CU -Structural Soil® Specifications 1.2 QUALITY ASSURANCE: A. Certificates of Inspection: Provide those required by law for transportation, with invoice. File copies of certificates with Engineer after acceptance of material. Inspection by governmental officials at point of origin does not preclude rejection of materials at project site. 1.3 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 1 pt. for each type, C or ML 2. Soil Mixes: S of 1/2 pound for each type and C. 3. Sand: S of 1/2 pound and C. 4. Chemical Additives: S of 1 pint for each type, C and ML. 5. Mycorrhizal Innoculant: S of Two (2) Ounces and 1 ML 6. Import Topsoil: S of One (1) Pint and C. 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 32 submittal package. 1.4 BIDDING: October 26, 2015 APPENDIX B - 32 9113 -1 Soil Preparation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. The amendments, quantities and procedures included herein are for bidding purposes only. Following an on-site agricultural soil analysis after the rough grading, the amendments and quantity and procedures may change. B. Tests shall be paid for by the Contractor. 1.5 JOB CONDITIONS: A. Protection of Existing Plants to Remain: See Section 32 9300 - Trees, Shrubs, Vines and Groundcover. 1.6 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. 1. Mycorrhizal Innoculum shall be delivered and kept below 90 degrees F until application. 1.7 ANALYSES OF SAMPLES AND TESTS: A. Sampling: Engineers reserves the right to take and analyze samples of materials for conformity to specifications at any time. Furnish samples upon request by Engineer. B. Rejected Materials: Remove rejected materials immediately from the site at Contractor's expense. C. Testing: Pay cost of testing of materials not meeting specifications. D. Testing Agency: Wallace Laboratories, 365 Coral Circle, EI Segundo, CA 90245. Tel (310) 615- 0116. Attention: Mr. Garn Wallace, PhD. 1.8 QUALIFICATIONS A. The applicator of all weed control materials shall be licensed by the State of California as a Pest Control Operator and a Pest Control Advisor in addition to any subcontractor licenses that are required. 1.9 FINAL ACCEPTANCE: A. Acceptance: Work will be accepted by the Engineer upon satisfactory completion of all soil preparation work. B. Notification: Notify Architect for review of soil preparation prior to proceeding with planting operations. PART 2 -PRODUCTS 2.1 TOPSOIL: APPENDIX B - 32 9113 - 2 Soil Preparation October 26, 2015 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Topsoil: Material required for landscape and finished grading operations shall conform to the requirements included in this section. B. General Qualifications: Topsoil shall be fertile, friable, well -drained soil, of uniform quality, free of stones over 1 inch diameter, sticks, oils, chemicals, plaster, toxic substances, concrete and other deleterious materials, as a planting medium for the project. 1. Grading: Percent Passing Sieve Sieve Size 95-100 25.4 mm (1") 85-100 9.51 mm (3/8") 10-30 53 Micron (270 mesh) 2. Chemistry: - Suitability Considerations: a) Salinity: Saturation Extract Conductivity (ECe x 103 @ 25 degrees C.) less than 4.0. b) Sodium: Sodium Absorption Ratio (SAR) less than 9.0. c) Boron: Saturation Extract Concentration less than 11.0 PPM. d) Reaction: pH of Saturated Paste: 5.5 - 7.5. 3. Parasites: Test all soils, which have been used for agricultural purposes within the prior 12 months for parasitic nematodes. It shall be acceptable if the parasitic nematode population is less than 200 per 50 cubic centimeters of soil. Do not artificially dry soil prior to testing. 4. Herbicide: Perform a radish/ryegrass growth trial if herbicide contamination is suspected. Consult with Architect prior to testing. 5. Fertility Considerations: Soil to contain sufficient quantities of available nitrogen, phosphorous, potassium, calcium, and magnesium to support normal plant growth. In the event of nutrient inadequacies, provisions shall be made to add required materials to overcome inadequacies prior to planting. C. Existing Soil to be Amended: Inspect existing soil and do all work necessary to bring it to standards specified under "General Qualifications" above. Amend as specified herein. 1. Areas of existing soil to be amended shall be all areas to be planted. 2. All areas shall receive Mycorrhizal Innoculant as described below. D. Imported Topsoil: 1. Sources: Furnish imported topsoil from sources accepted by the Engineer, which meets the standards specified under"General Qualifications" above. 2. Certification: Source of above shall be approved and conformity of material shall be laboratory verified for each 100 cubic yards of material delivered to the site. 3. Analysis: Obtain an agricultural suitability analysis of the proposed topsoil from Wallace Laboratories at Contractor's cost. 4. Acceptance: Submit soils analysis and recommendations to the Landscape Architect for acceptance. Amend topsoil per accepted soil analysis report. 5. Samples: The Architect reserves the right to take samples of the imported topsoil delivered to the site for conformance to the Specifications. 6. Rejected Topsoil: Immediately remove rejected topsoil off the site at Contractor's expense. 7. Stockpiling: If stockpiling is requested, locations and amounts of stockpiles will be designated by Owner. October 26, 2015 APPENDIX B - 32 9113 - 3 Soil Preparation 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD 2.2 ORGANIC AMENDMENTS: A. Peat Moss: Finely shredded, brown in color, suitable for horticultural purposes and frequently referred to in the trade as "greenhouse" or "coarse grind". 1. Measurement: Measure peat in air dry condition, containing not more than 35% moisture by weight on an "as -received" basis. Ash content shall not exceed 10%. 2. Physical Properties: Percent Passing Sieve Size 95-100 9.51 mm (3/8") 0-40 500 micron (#35, 32 mesh) 3. Organic Content (dry weight basis): 60-100% 4. Nitrogen (dry weight basis): 0.6-3.0% 5. Salinity: Saturation extract conductivity 0.0-3.0 milliohms/cm @ 25 degrees C. 6. PH 4.0-6.5 7. Carbon: nitrogen ratio is less than 25: 8. Minimum cation exchange capacity is 50 millinoles per 100 Grams. 9. Acceptable Substitute: Ground redwood bark by Lindauer Products, Santa Rosa, CA, per specifications for peat moss. B. Soil Organic Amendment: 1. Humus material shall have an acid -soluble ash content of no less than 6% and no more than 20%. The organic matter content shall be 50% or more on a dry weight basis. 2. The pH of the material shall be between 6 and 7.5. 3. The salt content shall be less than 10 millimho/cm @ 25° C. (ECe less than 10) on a saturated paste extract. 4. Boron content of the saturated extract shall be less than 1.0 parts per million. 5. Silicon content (acid -insoluble ash) shall be less than 50%. 6. Calcium carbonate shall not be present if is to be applied on alkaline soils. 7. Types of acceptable products are composts, manures, mushroom composts, straw, alfalfa, peat mosses etc. low in salts, low in heavy metals, free from weed seeds, free of pathogens and other deleterious materials. 8. Composted wood products are conditionally acceptable [stable humus must be present]. Wood based products are not acceptable which are based on red wood or cedar. 9. Sludge -based materials are not acceptable. 10. Carbon: Nitrogen ratio is less than 25:1. 11. The compost shall be aerobic without malodorous presence of decomposition products. 12. The maximum particle size shall be 0.5 inch, 80% or more shall pass a No. 4 screen. 13. Maximum total permissible pollutant concentrations in amendment in parts per million on a dry weight basis: arsenic 20 copper 150 selenium 30 cadmium 15 lead 100 silver 10 chromium 100 mercury 10 vanadium 200 cobalt 50 molybdenum 20 zinc 200 nickel 100 APPENDIX B - 32 9113 - 4 October 26, 2015 Soil Preparation 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 14. Higher amounts of salinity or boron may be present if the soils are to be preleached to reduce the excess or if the plant species will tolerate the salinity and/or boron. C. Suppliers: 1. Aguinaga Fertilizer, Forest Floor Humus, (949)786-9558 2. Earthworks Washed Steer Humus (951)782-0260 3. Agromin Garden Humus (805)432-5265 4. Cal -Blend Leafpost (800)425-3631 5. Whittier Fertilizers Superior Compost (562)699-3461 6. Agri Service Humic Compost (760)643-4041 7. Or approved equal. 2.3 FINE SAND: A. Physical Properties (dry weight basis): Percent Passing Sieve Size 100% 4.76 mm (#4,4 mesh) 95-100% 1.00 mm(#18, 16 mesh) 65-100% 500 micron(#35, 32 mesh) 0-50% 250 micron(#60, 60 mesh) 0-20% 105 micron(#140, 150 mesh) 0-5% 53 micron(#270, 270 mesh) B. Chemical Properties: 1. Salinity: The saturation extract conductivity shall not exceed 3.0 millimhos/cm @ 25degrees C. 2. Boron: The concentration in the saturation extract shall not exceed 1.0 PPM. 3. Sodium: The sodium adsorption ratio (SAR) as calculated from analysis of the saturation extract shall not exceed 6.0. 2.4 CHEMICAL ADDITIVES: The following additives may or may not be used depending on the outcome of the soil report. A. Ground Limestone: Agricultural limestone containing not less than 85% of total carbonates, ground to such fineness that 50% will pass #100 sieve and 90% will pass #20 sieve. B. Dolomite Lime: Agricultural grade mineral soil conditioner containing 35% minimum magnesium carbonate and 49% minimum calcium carbonate, 100% passing #65 sieve. "Kaiser Dolomite 65 AG" as manufactured by Kaiser, Inc. Mineral Products Department, or equal. C. Gypsum -Agricultural grade product containing 90% minimum calcium sulfate dihydrate. D. Iron Sulfate Ferrous: Supplied by a commercial fertilizer supplier, containing 20% to 30% iron and 35% to 40% sulfur. E. Soil Sulphur: " Sul -Fe/ Sulfur" as supplied by Red Star Fertilizer of Corona, CA. 91720. Tel (714) 597-4801, or approved equal. F. Sulphate of Potash: Agricultural grade containing 50% to 53% of water-soluble potash. G. Single Superphosphate: Commercial product containing 20% to 25% available phosphoric acid. H. Triple superphosphate (0-45-0) - Commercial product containing 45% available phosphoric acid and 12% combined calcium. I. Ammonium sulfate (21-0-0) - Commercial product containing approximately 21% ammoniacal nitrogen and 24% combined sulfur.. October 26, 2015 APPENDIX B - 32 9113 - 5 Soil Preparation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD J. Ammonium Phosphate: Commercial product containing approximately 18% ammonia. K. Calcium ammonium nitrate (27-0-0) - Commercial product containing approximately 13.5% ammoniacal nitrogen, 13.5% nitrate nitrogen and 20% dolomite. 1. Approved Manufacturers a) Yara b) Simplot L. Ammonium Nitrate: Commercial product containing approximately 34% ammonia. M. Calcium Nitrate: Agricultural grade containing 15-1/2% nitrogen. N. Urea Formaldehyde (N-Hro-Form): Granular commercial product containing 38% nitrogen. O. I.B.D.U. (Iso Butyldiene Diurea): Commercial product containing 31% nitrogen. P. Soil Sulfur: Agricultural grade sulfur containing a minimum of 96% sulfur. Q. Iron Sequestrene: Geigy Iron Sequestrene 330 Fe. R. Gro -Safe: Herbicide absorbent as manufactured by American Norit Company of Jacksonville, FL, or approved equal. S. P.A.M. Soil Drain: Available from the Complete Green Co., of Los Angeles, CA 90025. Tel. (213) 475-3664, or approved equal. 2.5 Water: Clean, fresh and potable, furnished and paid for by Owner, when available through automated irrigation system. Water provided via the temporary utilities will be paid for by the Contractor. 2.6 Mycorrhizallnnoculant: A. AM -120 as distributed by S&S Seed, Carpinteria, CA (805) 684-0436, or approved equal 1. The inoculum shall contain the species Glomus intraradices and shall have a live spore count of 100 propagules per ml. No antagonistic pathogens shall be present at significant levels. PART 3 - EXECUTION 3.1 PRE -PLANT WEED CONTROL [2 cycles] A. Clear and remove existing weeds by mowing and grubbing to at least 1/4 inch below the soil surface. B. Water area thoroughly and continuously for a period of 3 consecutive weeks. Employ a specific watering duration and frequency program designed to germinate all residual weeds. C. After sufficient weed germination is present, apply a post -emergent contact weed killer according to the directions of the manufacturer. D. Allow for a sufficient period of time to ensure that the weeds are dead and the weed killer has dissipated before applying a second weed kill. E. Water planting areas thoroughly and continuously for a period of 3 weeks. Discontinue the watering process for 1 day prior to the second application of the herbicide. F. Reapply the spraying operation with a straight contact weed killer according to the pest control adviser's recommendations. Avoid any irrigation for a minimum of 4 days for effective weed kill. 3.2 SOIL PREPARATION: A. General: 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 clods will not APPENDIX B - 32 9113 - 6 October 26, 2015 Soil Preparation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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 1 -in. diameter and larger, weeds, debris and other extraneous materials prior to amending existing soil. Lower the gravel content to 20% or less B. Preparation of Existing Soil: 1. Verification of Existing Grades: Verify that grades are within 1 in. plus or minus of the required finished grades. Report all variations to the Architect. 2. Clearing of Debris: Clear all planting areas of stones 1 in. 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 6 in. immediately prior to amending existing soil. Rototill to reduce soil clods to a maximum diameter of one (1") inch in the top six (6:) inches. 4. Trees to Remain: Hand cultivate within the dripline of existing trees to remain. Depth of cultivation shall not exceed 2 in. Cultivate immediately prior to amending existing soil. 3.3 SOIL CONDITIONING: A. Amending of Existing Soil: 1. Verification: Do not commence amending of existing soil prior to acceptance by Engineer of soil preparation. Amendment programs shall based on Project Soils Consultants report as approved by Engineer. 2. Amend with the following materials, at the rates below per 1,000 square feet: 5 lbs. Ammonium Sulfate (21-0-0) 4 lbs. Yara or Simplot Ammonium Nitrate (27-0-0) 6 lbs. Potassium Sulfate (0-0-50) 4 lbs. Triple superphosphate (0-45-0) 15 lbs. Gypsum 3 C.Y. Organic amendment (sufficient amount to provide soil organic matter in the range of 4% to 7% on a dry weight basis) 6 Cups Endomycorrhizal Inoculum (Sufficient to achieve 83,000 live propagules per 1,000 so 3. Incorporation of Amendments: Incorporate thoroughly with top 6 in. of soil layer and bring amended soil to finish grades and elevations shown on Drawings. Do not work soils under muddy conditions. 4. Thoroughly roto -till amendments into the soil to a six (6") inch depth. 5. Wet the soil to a six (6") inch depth. 6. When the soil has dried sufficiently to work, thoroughly re-rototill the top six (6") inches. 7. Mycorrhizal Inoculum may be applied with the initial amendments or prior to the second rototilling, but in either conditions it shall be worked into the top 6"inches of soil a) Inoculum shall be applied at a rate sufficient to achieve 83,000 live propagules per 1,000 sf of surface, based on the supplier or an analysis returned by an independent laboratory. October 26, 2015 APPENDIX B - 32 9113 - 7 Soil Preparation 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD B. Spreading of Topsoil: 1. Verification: Do not commence spreading of (imported topsoil) prior to acceptance by Landscape Architect of soil preparation. 2. Topsoil Depth: Minimum depth of 6 in. after natural settlement and light rolling and shall conform to finished grades and elevations shown on Drawings. 3. Placement: Do not place topsoil under muddy or frozen conditions. C. Amending of Imported Topsoil: 1. Application: Incorporate per 1,000 square feet: 6 cu. yd. Nitrogen -treated Sawdust 30 lbs. 6-20-20 Commercial Fertilizer 50 lbs. Dolomite Lime 10 lbs. Iron Sulfate 6 Cups Endomycorrhizal Inoculum (Sufficient to achieve 83,000 live propagules per 1,000 sf) 2. Intent: The above amendments and quantities are approximate and are for bidding purposes only. Following an on-site topsoil analysis by the approved Soils Testing Laboratory, composition of amendments may change. Contract Price will be adjusted accordingly. D. Amending of Soil for backfilling trees and container plants: 1. Amend with the following materials, at the rates below per cubic yard: Ammonium sulfate (21-0-0) 1/4 pound Yara or Simplot calcium 1/4 pound ammonium nitrate (27-0-0) Potassium sulfate (0-0-50) 1/3 pound Triple superphosphate (0-45-0) 1/4 pound Gypsum 1 pound Organic amendment 15% by volume, sufficient amount to provide soil organic matter in the range of 4% to 7% on a dry weight basis 2. Clearing of Debris: Clear all planting areas of stones 2 in. diameter and larger, weeds, debris and other extraneous materials prior to amending existing soil or spreading imported topsoil. 3. Where excavation encounters sand interface within depth of excavation, blend sand, topsoil in equal proportions and then amend prior to amending the remaining topsoil. 3.4 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: APPENDIX B - 32 9113 - 8 October 26, 2015 Soil Preparation 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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 6 in. below the required soil depth. 3.5 CLEAN-UP: A. Keep all areas of work clean, neat and orderly at all times. B. Clean up and remove all deleterious materials and debris from the entire work area prior to Final Acceptance to the satisfaction of Engineer. END OF SECTION October 26, 2015 APPENDIX B - 32 9113 - 9 Soil Preparation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 32 9113 STRUCTURAL SOIL PART 1 - DESCRIPTION AND SPECIFICATION 1.1 GENERAL: A. The work of this section consists of all Structural Soil work and related items as indicated on the drawings or as specified herein and includes, but is not limited to, the following. 1.2 REFERENCES AND STANDARDS A. The following references are used herein and shall mean: ASTM: American Society of Testing Materials USDA: United States Department of Agriculture AASHTO: American Association of State Highway and Transportation Officials Standard Specifications: Regional or Municipal Standard Specifications Documentation for the location of proposed usage AOAC: Association of Official Agricultural Chemists 1.3 SAMPLES AND SUBMITTALS A. At least 30 days prior to ordering materials, the installing contractor shall submit to the Engineer representative samples, certificates, manufacturer's literature and test results for materials specified below. No materials shall be ordered until the required samples, certificates, manufacturer's literature, producer's current license and test results have been reviewed and approved by the landscape architect and/or engineer. The engineer reserves the right to reject any material that does not meet CU -Structural Soil@ specifications. Delivered materials shall closely match the approved samples. B. Submit from licensed producer, 1/2 cubic foot representative sample of clay loam, one cubic foot representative sample of crushed stone, and one cubic foot representative sample of Structural Soil mix for approval. In the event of multiple source fields for clay loam, submit a minimum of one set of samples per source field or stockpile. The samples of all clay loam, crushed stone, and Structural Soil shall be submitted to the engineer as a record of the soil color and texture. C. Submit soil test analysis reports for sample of clay loam from an independent soil -testing laboratory. The testing laboratory for particle size and chemical analysis may include a public agricultural extension service agency. 1. Submit a mechanical analysis of the clay loam sample and particle size analysis including the following gradient of mineral content: USDA Designation Size in mm. Gravel +2 mm Sand 0.05 — 2 mm Silt 0.002-0.05 mm Clay minus 0.002 mm Sieve analysis shall be performed and compared to USDA Soil Classification System. Sieve analysis shall be done by a combined hydrometer and wet sieving using sodium hexametaphosphate as a dispersant in compliance with ASTM D422 after destruction of organic matter by hydrogen peroxide. October 26, 2015 APPENDIX B - 32 9115 -1 Structural Soil 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 2. Submit a chemical analysis, performed in accordance with current AOAC Standards, including the following: a) pH and buffer pH. b) Percent organic matter as determined by the loss of ignition of oven dried samples. Test samples shall be oven dried to a constant weight at a temperature of 230 degrees F, plus or minus 9 degrees. c) Analysis for nutrient levels by parts per million. d) Soluble salt by electrical conductivity of a 1:2 soil/water sample measured in Millimho per cm. e) Cation Exchange Capacity (CEC). f) Carbon/Nitrogen Ratio. D. Submit one cubic foot sample of crushed stone which will be used in production of Soil. 1. Provide particle size analysis: USDA Designation Size in mm. 3" +76 mm 21/2" 63-76 mm 2" 50-63 mm 11/2" 37-50 mm 1" 25-37 mm 19-25 mm Fine gravel 2-19 mm 2. Provide the manufacturers analysis of the loose and rodded unit weight 3. Losses from LA Abrasion tests- not to exceed 40% 4. Minimum 90% with 2 or more fractured faces 5. Percent pore space analysis E. At the engineer's discretion, the sample of Structural Soil may be tested for the following: 1. Compaction in accordance with ASTM D698/AASHTO T99 without removing oversize aggregate 2. California Bearing Ratio in accordance with ASTM D1883- soaked CBR shall equal or exceed a value of 50 3. Measured dry -weight percentage of stone in the mixture F. The approved Structural Soil sample shall be the standard. G. Any deviation from the specified crushed stone and clay loam specifications shall be approved by Amereq, Inc. 1.4 DELIVERY, STORAGE AND HANDLING A. Delivered Structural Soil shall be at or near optimum compaction moisture content as determined by AASHTO T 99 (ASTM D 698) and should not be placed in frozen, wet or muddy sites. B. Protect Structural Soil from exposure to excess water and from erosion at all times. Do not store Structural Soil unprotected. Do not allow excess water to enter site prior to compaction. If water is introduced into the Structural Soil after grading, allow water to drain to optimum compaction moisture content. APPENDIX B - 32 9115 - 2 October 26, 2015 Structural Soil 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 1.5 EXAMINATION OF CONDITIONS A. All areas to receive Structural Soil shall be inspected by the installing contractor before starting work and all defects such as incorrect grading, compaction, and inadequate drainage shall be reported to the engineer prior to beginning this work. 1.6 QUALITY ASSURANCE A. Qualifications of installing contractor: The work of this section should be performed by a contracting firm which has a minimum of five years experience. Proof of this experience shall be submitted as per paragraph, SAMPLES and SUBMITTALS, of this section. PART 2 - MATERIALS 2.1 CLAY LOAM A. Soil shall be a "loam" with a minimum clay content of 20% or a "clay loam" based on the "USDA classification system" as determined by mechanical analysis (ASTM D-422) and it shall be of uniform composition, without admixture of subsoil. It shall be free of stones, lumps, plants and their roots, debris and other extraneous matter. It shall not contain toxic substances harmful to plant growth. Clay loam shall contain not less than 2% or more than 5% organic matter as determined by the loss on ignition of oven -dried samples. Test samples shall be oven -dried to a constant weight at a temperature of 230 degrees F., plus or minus 9 degrees. B. Mechanical analysis for the loam or clay loam shall be as follows: Textural Class % of Total Weight Gravel less than 5% Sand 20-45% Silt 20-50% Clay 20-40% C. Chemical analysis: Meet, or be amended to meet the following criteria: a) pH between 5.5 to 6.5 b) Percent organic -matter 2% - 5% by dry weight c) Adequate nutrient levels d) Soluble salt less than 1.0 mmho/cm e) Cation Exchange Capacity (CEC) greater than 10 f) Carbon/Nitrogen ratio less than 33:1 D. Loam or clay loam shall not come from USDA - classified prime farmland. 2.2 CRUSHED STONE A. The size of the crushed stone shall be 0.75 inches to 1.5 inches allowing for up to 10% being greater than 1.5 inches, and up to 10% less than 0.75 inches. B. Acceptable aggregate dimensions will not exceed 2.5:1.0 for any two dimensions. C. Minimum 90% with two or more fractured faces. D. Results of Aggregate Soundness Loss test shall not exceed 18%. E. Losses from LA Abrasion tests shall not exceed 40%. 2.3 HYDROGEL A. Hydrogel shall be a coated potassium propenoate-propenamide copolymer (Gelscape® Hydrogel Tackifier) as manufactured by Amereq, Inc. 800-832-8788. 2.4 WATER A. The installing contractor shall be responsible to furnish his own supply of water (if needed) free of October 26, 2015 APPENDIX B - 32 9115 - 3 Structural Soil 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD impurities, to the site. 25 STRUCTURAL SOIL A. A uniformly blended urban tree mixture of crushed stone, clay loam and Gelscape® Hydrogel Tackifier, mixed in the following proportion: Material Unit of Weight specified crushed Stone 100 units dry weight specified clay loam 20 — 25 units (to achieve minimum CBR of 50) Gelscape® Hydrogel Tackifier 0.035 units dry weight Moisture ASTM D698/AASHTO T-99 optimum moisture PART 3 - PRODUCTION AND INSTALLATION GUIDELINES 3.1 STRUCTURAL SOIL MIXING AND QUALITY CONTROL TESTING A. All Structural Soil mixing shall be performed at the licensed producer's yard using appropriate soil measuring, mixing and shredding equipment of sufficient capacity and capability to assure proper quality control and consistent mix ratios. No mixing of Structural Soil at the project site shall be permitted. Maintain adequate moisture content during the mixing process. Soils and mix components shall easily shred and break down without clumping. Soil clods shall easily break down into a fine crumbly texture. Soils shall not be overly wet or dry. The licensed producer shall measure and monitor the amount of soil moisture at the mixing site periodically during the mixing process. B. Raw materials shall be mixed off-site, only at the licensed producer's facility, on a flat asphalt or concrete paved surface to avoid soil contamination. C. Should the independent laboratory test results of the clay loam reveal a need to amend it, to meet specifications, the amending materials should be added to the clay loam following the rates and recommendations provided by Amereq. 3.2 UNDERGROUND UTILITIES AND SUBSURFACE CONDITIONS A. The installing contractor shall notify the engineer of any subsurface conditions which will affect the contractor's ability to install the Soil. B. The installing contractor shall locate and confirm the location of all underground utility lines and structures prior to the start of any excavation. C. The installing contractor shall repair any underground utilities or foundations damaged during the progress of this work. 3.3 SITE PREPARATION A. Do not proceed with the installation of the Structural Soil material until all walls, curb footings and utility work in the area have been installed. For site elements dependent on Structural Soil for foundation support, postpone installation of such elements until immediately after the installation of Structural Soil. B. Install subsurface drain lines as shown on the plan drawings prior to installation of Structural Soil material. APPENDIX B - 32 9115 - 4 October 26, 2015 Structural Soil 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD C. Excavate and compact the proposed subgrade to depths, slopes and widths as shown on the drawings. Maintain all required angles of repose of the adjacent materials as shown on the drawings. Do not over excavate compacted subgrades of adjacent pavement or structures. D. Confirm that the subgrade is at the proper elevation and compacted as required. Subgrade elevations shall slope parallel to the finished grade and/or toward the subsurface drain lines as shown on the drawings. E. Clear the excavation of all construction debris, trash, rubble and any foreign material. In the event that fuels, oils, concrete washout silts or other material harmful to plants have been spilled into the subgrade material, excavate the soil sufficiently to remove the harmful material. Fill any over excavation with approved fill and compact to the required subgrade compaction. F. Do not proceed with the installation of Structural Soil until all utility work in the area has been installed. All subsurface drainage systems shall be operational prior to installation of Structural Soil. G. Protect adjacent walls, walks and utilities from damage. Use'/" plywood and/or plastic sheeting as directed to cover existing concrete, metal and masonry work and other items as directed during the progress of the work. 1. Clean up all trash and any soil or dirt spilled on any paved surface at the end of each working day. 2. Any damage to the paving or architectural work caused by the installing contractor shall be repaired, as directed by the engineer. H. Maintain all silt and sediment control devices required by applicable regulations. Provide adequate methods to assure that trucks and other equipment do not track soil from the site onto adjacent property and the public right of way. 3.4 INSTALLATION OF STRUCTURAL SOIL MATERIAL A. Install Structural Soil in 6 inch lifts and compact each lift. B. Compact all materials to at least 95% Proctor Density from a standard compaction curve AASHTO T 99 (ASTM D 698). No compaction shall occur when moisture content exceeds maximum as listed herein. Delay compaction if moisture content exceeds maximum allowable and protect Structural Soil during delays in compaction with plastic or plywood as directed by the Engineer. C. Bring Structural Soil to finished grades as shown on the drawings. Immediately protect the Structural Soil from contamination by toxic materials, trash, debris, water containing cement, clay, silt or materials that will alter the particle size distribution of the mix with plastic or plywood as directed by the engineer. D. The engineer may periodically check the material being delivered, prior to installation for color and texture consistency with the approved sample provided by the installing contractor as part of the submittal for Structural Soil. If the engineer determines that the delivered Structural Soil varies significantly from the approved samples, the engineer shall contact the licensed producer. E. Engineer shall ensure that the delivered structural soil was produced by the approved Structural Soil licensee by inspecting weight tickets showing source of material. F. Structural Soil should not be stockpiled long-term. Any Structural Soil not installed immediately should be protected by a tarp or other waterproof covering. October 26, 2015 APPENDIX B - 32 9115 - 5 Structural Soil 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.5 FINE GRADING A. After the initial placement and rough grading of the Structural Soil but prior to the start of fine grading, the installing contractor shall request review of the rough grading by the engineer. The installing contractor shall set sufficient grade stakes for checking the finished grades. B. Adjust the finish grades to meet field conditions as directed. Provide smooth transitions between slopes of different gradients and direction. Fill all dips with Structural Soil and remove any bumps in the overall plane of the slope. a) The tolerance for dips and bumps in Structural Soil areas shall be a 3" deviation from the plane in 10'. All fine grading shall be inspected and approved by the engineer prior to the installation of other items to be placed on the Structural Soil. C. The engineer will inspect the work upon the request of the installing contractor. Request for inspection shall be received by the engineer at least 10 days before the anticipated date of inspection. 3.6 ACCEPTANCE STANDARDS A. The engineer will inspect the work upon the request of the installing contractor. Request for inspection shall be received by the engineer at least 10 days before the anticipated date of inspection. 3.7 CLEAN-UP A. Upon completion of the Structural Soil installation operations, clean areas within the contract limits. Remove all excess fills, soils and mix stockpiles and legally dispose of all waste materials, trash and debris. Remove all tools and equipment and provide a clean, clear site. Sweep, do not wash, all paving and other exposed surfaces of dirt and mud until the paving has been installed over the Structural Soil material. Do no washing until finished materials covering Structural Soil material are in place. END OF SECTION APPENDIX B - 32 9115 - 6 October 26, 2015 Structural Soil 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 32 9300 TREES, SHRUBS, VINES AND GROUNDCOVER PART 1 - PART 1 - GENERAL 1.1 DESCRIPTION: A. Related Requirements: 1. Review the General Contract Conditions and Division One, General Requirements, which contain information and requirements that apply to this Section. 1.2 Work Included: 1. Excavation of plant pits and beds 2. Obtain plant materials 3. Provide related items 4. Provide plant materials and related items 5. Provide concrete mow strip, and root control barriers 6. Warranty and replacements 1.3 Related Work in Other Sections: 1. Section 32 8000 — Irrigation 2. Section 32 9113 — Landscape Soil Preparation 3. Section 32 9115 — CU -Structural Soil@ Specifications 4. Section 32 9643 — Palm Tree Relocation 5. Section 32 9800 — Landscape Establishment 1.4 QUALITY ASSURANCE: A. Qualification of the Contractor: Contractor for landscape installation work shall meet the following experience requirements 1. They shall have a minimum of 8 years of experience installing landscape & irrigation. 2. Their capabilities are sufficient to self -perform 80% of the total scope of the contract. 3. Their capabilities include the ability to perform all the normal maintenance activities associated with the project. 4. They can provide references for at least five similar projects. For the purposes of this specification a similar project will be defined as having: a) A project executed for a government agency or municipality. b) A project with streetscapes for a government agency or municipality. c) A contract value for landscape and irrigation in excess of $350,000. B. Certificates: 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. C. Applicable Standards: 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. October 26, 2015 APPENDIX B - 32 9300 - 1 Trees, Shrubs And Groundcover 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 2. American Standard for Nursery Stock, 1980 Edition, American Association of Nurserymen, Inc. 3. Hortus III - 1976 Edition, Bailey Horatorium, Cornell University. D. Testing Agency: Wallace Laboratories, 365 Coral Circle, EI Segundo, CA 90245. Tel (310) 615-0116, Attn: Mr. Garn Wallace, Ph. D. 1.5 JOB CONDITIONS: A. Protection of Existing Plants to Remain: 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 protection in accordance with Plans . 3. Notification: Notify 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 Owner. 2. Engineer Role: Determine extent of damage and value of damaged plants. 1.6 SUBMITTALS: A. Material Samples and Literature: Submit requested items at least sixty (60) days prior to delivery to site. Attach product name, address of manufacturer and/or supplier and appropriate literature to each sample. Literature or Product Data shall consist of manufacturer's current specifications, with catalog cuts, data sheets and installation instructions. 1. Tree Ties: One (1) for each type (sample). 2. Wood Chip Mulch: One (1) gallon (sample) with chemical analysis. 3. Root Control Barriers: Manufacturers literature. 4. Tree and Shrub Planting Fertilizer: Literature 5. Tree Ties: Literature and shop drawing of installation details and procedures. 6. Vine Ties: Literature and shop drawing of installation details and procedures. B. Plant Material Samples: Submit documentation within thirty (30) days after award of Contract that all plant materials have been located and are ready to be secured. Arrange specific review procedure of plant materials at time of submission. Submittals and review shall be organized as follows: 1. Preliminary Review: Submit representative photographs for review of all plant materials in the required sizes and in available quantity at least ninety (90) working days prior to shipment to the site. a) Submittal shall include two (2) items per plant: 1) a minimum of one color 35mm photograph mounted on of white paper and 2) one color photocopy of the mounted sheet. Include one (1) set for each plant type and size required for the project. The 8 1/2" x 11" sheet is to include the name and address of the supplier, size of the plant in the picture and Botanical and English name of the plant. b) Tree photographs shall include a person or device to determine scale. APPENDIX B - 32 9300 - 2 October 26, 2015 Trees, Shrubs And Groundcover 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD c) Tagging: The Engineer may elect to review any of the material at the place of growth. Upon review and acceptance of plant material photograph, specific items will be selected for field review by the Engineer. The Landscape Contractor shall arrange the review and he shall accompany the Architect for all reviews and tagging plants at place of growth and upon delivery for conformity to specifications. Any tagging of plant material by the Engineer does not constitute his approval of the plant materials' health and vigor. The health and vigor of the plant material is the sole responsibility of the Contractor. d) Photograph Acceptance and Nursery Review: Acceptance of material through photographs does not preclude rejection of unsatisfactory material upon delivery. The Architect reserves the right to refuse review from photographs or at the grower if, in his judgment suitable material or sufficient quantities are not available. Contractor shall insure a sufficient quantity of plants will be available whenever trips are arranged to a nursery for the purposes of tagging material for the project. The Engineer reserves the right to refuse inspection if in his judgment, a sufficient quantity of plant material at that time is not available for inspection 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 fifteen (15) days after planting submittal. f) Distant Material: Submit photographs with a person adjacent to plants for preliminary review. Such review shall not impair the right of review and rejection during progress of the work. g) 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. C. Test Reports: One (1) copy to be sent by testing laboratory directly to Engineer. D. Submittal Schedule: All products in this section which are required for submittal shall be included in one (1) Division 32 submittal package. 1.7 WORK SCHEDULE: Proceed with the work as the site becomes available, consistent with normal seasonal limitations for planting work. 1.8 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. B. Storage: Store products with protection from weather or other conditions, which would damage or impair the effectiveness of the product. 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. October 26, 2015 APPENDIX B - 32 9300 - 3 Trees, Shrubs And Groundcover 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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. 1.9 ANALYSES OF SAMPLES AND TESTS: A. Sampling: Right is reserved 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. 1.10 ESTABLISHMENT PERIOD AND FINAL ACCEPTANCE: See Landscape Establishment - Section 32 9800. 1.11 WARRANTY PERIOD: A. Warranty: Warrant in writing that all trees, shrubs, groundcover, and vines planted under this Contract will be healthy and in flourishing condition of active growth one (1) year from date of Final Acceptance and notice of substantial completion. B. Delays: All delays in completion of planting operations that extend the planting into more than one 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 within 10 calendar days, , without cost to Owner all dead plants and all plants not in a vigorous, thriving condition, as determined by Architect during and at the end of Warranty Period. E. Exclusions: Contractor shall not be held responsible for failures due to neglect by Owner, vandalism, etc., during the Warranty Period. Report such conditions. 1.12 REPLACEMENTS: A. General: 1. Plant materials exhibiting conditions that are determined as being unacceptable due to workmanship by the Contractor shall be repaired and/or replaced within 10 calendar days at no additional cost to the Owner. 2. Closely match replacements to adjacent specimens of the same species. Apply all requirements of this Specification to all replacements. PART 2 - PRODUCTS 2.1 PLANT MATERIALS: A. General: APPENDIX B - 32 9300 - 4 October 26, 2015 Trees, Shrubs And Groundcover 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 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 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, 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. 5. Plant material shall be grown under climatic conditions similar to those in the locality of the project unless approved otherwise by the Owner's Authorized Representative 6. The use of plant material larger than that specified on the Drawings may be used, pending approval from the Owner's Authorized Representative, however, there will be no change in the Contract amount if the larger plant material is approved and used. B. Measurements: 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 twelve (12") inches above the natural ground line for trees over four (4") inches in caliper. 2. Brown Trunk Height (BTH) shall be defined by the American Society of Nurserymen, and approved by the American National Standards Institute., consisting of the measurement from finish grade to the Base of the heart leaf [newest emerging spear]. 3. Size Range: If a range of size is given, do not use plant materials less than the minimum size. Not less than forty (40%) percent 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. 4. 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 Section 32 9800- Landscape Establishment. 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 three-quarter (3/4") inch which have not completely callused, will be rejected. 2.2 BACKFILL MIX FOR ON -GRADE PLANT PITS: October 26, 2015 APPENDIX B - 32 9300 - 5 Trees, Shrubs And Groundcover 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD See Soil Preparation - Section 32 9113. 2.3 TREE, SHRUB AND VINE PLANTING FERTILIZER: "Agriform" 21 gram tablets with 20-10-5 (N -P -K) formula as manufactured by Sierra Chemical Company, Milpitas, California. Tel (408) 263-8080, or accepted equal. 2.4 P.A.M. "SOIL DRAIN" SOLUTION PREPARATION (If required after soil tests): A. PAM "Soil Drain" shall be 250 -PPM solution. 1. Tank Method: Two (2 lbs.) pounds "Soil Drain" per 1,000 gallons of water. 2. Barrel Method: One-quarter (1/4) cup "Soil Drain" per 30 gallons water. B. Mixing: 1. Add "Soil Drain" powder slowly into stream jet of water into partially filled container. Agitate continuously while filling with hose. 2. After container is full, continue to agitate solution in container for complete dissolving. 2.5 STAKING MATERIALS: A. Tree Stakes: Lodgepole Pine with ten (10") inch tapered driving point and chamfered top, treated with copper napthanate or pentachloraphenol to heartwood, green color, as manufactured by C&E Lumber Company of Pomona, CA. Tel (714) 626-3591, or accepted equal. B. Ties: Thirty-six (36") inch type. V.I.T. Company, Inc. 15561 Product Lane, D-4, Huntington Beach, California 92649. Tel (714) 891-8338 or approved equal. 2.6 GUYING MATERIALS: A. Subterranean Rootball Guying system 1. Duckbill Rootball Kit 68 RBK for 36" box trees and smaller 2.7 VINE SUPPORTS: A. Anchors: Galvanized metal or plastic epoxy fastening type as approved. B. Tape: Polyethylene tape, one-half (1/2") inch width. 2.8 ROOT CONTROL BARRIERS — Universal Barrier, Type #UB24-2, "Deep -Root". Tel (415) 437-9700 or approved equal. 2.9 WATER: A. Clean, fresh and potable. B. Transport as required. 2.10 WOOD CHIP MULCH: A. "Forest Floor ® tree and shrub trimmings, %" inch to 1 '/ " inch diameter free of sticks, dirt, dust and other debris nitrogen stabilized, as accepted. B. Manufacturer: Aguinaga Fertilizer Company, Inc. Irvine, CA (949) 786-9558, or approved equal. APPENDIX B - 32 9300 - 6 October 26, 2015 Trees, Shrubs And Groundcover 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD C. Sea Shell Mulch, Coastal Double Washed Shell, from Carroll's Building Materials, (727) 822- 3370 or approved equal. 2.11 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 approved equal. 2.12 GEOTEXTILE (FILTER FABRIC) A. Mirafi FW700 geotextile soil seperator available from Whitecap (714)258-3300, or approved equal. 2.13 ARBOR GUARD A. Tree Guard, as manufactured by Deep Root Inc (415) 437-9700, or approved equal. 2.14 WEED BARRIER FABRIC A. Permeable weed barrier fabric "Typar" as manufactured by Reemay, (800) 257-6687 or approved equal. 2.15 DRAINAGE AND SUBDRAINAGE MATERIAL: See Soil Preparation - Section 32 9800. 2.16 EROSION CONTROL MATERIALS A. Blankets: Biodegradable wood excelsior, straw, or coconut -fiber mat enclosed in a photodegradable plastic mesh. Include manufacturer's recommended steel wire staples, 6 inches (150 mm) long. B. Fiber Mesh: Biodegradable twisted jute or spun -coir mesh, 0.92 Ib per sq. yd. (0.5 kg per sq. m) minimum, with 50 to 65 percent open area. Include manufacturer's recommended steel wire staples, 6 inches (150 mm) long. 2.17 BACKFILL FERTILIZER MATERIAL A. Gro -Power Plus Available at Gro -Power (909) 393-3744, or approved equal. PART 3 - EXECUTION 3.1 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 Section on Soil Preparation. October 26, 2015 APPENDIX B - 32 9300 - 7 Trees, Shrubs And Groundcover 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD C. Notification: Submit written notification of all conditions inconsistent with specifications for soil preparation and mixing as described in Soil Preparation - Section 02920. 3.2 UNDERGROUND UTILITIES A. For each tree that is within 10' of an underground utility line, prior to excavation, mark utility locations clearly. After excavation is complete, renew markings prior to subsurface guying operations. 3.3 DRAINAGE OF PLANTING AREAS: A. Surface Drainage: Maintain positive surface drainage of planted. 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: a) Shrub Pits: Test drainage of planting selected planting pits by filling with water twice in succession. b) Tree Pits: Contractor is to perform a tree pit percolation test (for trees larger than 15 gallon only) in each tree pit prior to planting the tree. Fill the tree pit to the top with water. If the water has not drained by more than 95% within 24 hours, do not plant the tree and bring this to the immediate attention of the Owner's Authorized Representative. The Contractor may be required to either dig a substitute plant pit or to install a drainage sump in the existing plant pit. Substitute plant pits are the responsibility of the Contractor under the Base Bid. Drainage sumps are not part of the Base Bid and compensation will be awarded to the Contractor based on the Construction Agreement. c) Give written notification of conditions permitting the retention of water in planting beds for more than twenty-four (24) hours. 3. Correction: Submit for acceptance a written proposal and cost estimate for the correction before proceeding with work. 3.4 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. 3.5 LAYOUT AND EXCAVATION OF PLANTING AREAS: A. Layout and Staking: Lay out plants at locations shown on Drawings. Use color -coded wire flags for each specie of plant material. Stake each tree, vine and major shrub. Outline shrub APPENDIX B - 32 9300 - 8 October 26, 2015 Trees, Shrubs And Groundcover 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD and groundcover beds with lime. Locations of plants will be checked in the field by the Engineer and may be adjusted to exact position before planting begins. Right is reserved to refuse review at this time if, in his opinion, a sufficient quantity of plants is not available. B. Plant Pits: Excavate container -grown tree and shrub pits to the dimensions shown on details. 3.6 ROOT CONTROL BARRIERS: Install per manufacturer's most recent written installation instructions. Install per manufacturer's most recent written installation instructions in all locations where the trunk of the tree is within 120" of any adjacent hardscape or paving, and in locations shown on plans. Install at back of curb and along sidewalks to create the largest root area possible. Install sufficient material to reach full extent of future canopy - dripline to dripline. 3.7 BACKFILL MIX FOR SHRUBS AND TREES (On -grade Planting Areas) A. The following backfill mix is for bid price basis only. Final backfill recommendations will be made only after rough and fine grading operations are completed and horticultural soil testing has been performed and paid for by the Contractor and approved by the Engineer. 1. 7 parts by volume on-site soil. 2. 3 parts by volume nitrolized stabilized Fir bark. 3. 2 lbs. iron sulfate per cubic yard of mix. 4. 18 lbs. of Gro -Power Plus per cubic yard of mix. 5. Planting tablets - quantity based on size of plant. B. Thoroughly blend the backfill mix prior to placement. C. Do not apply iron sulfate over paved materials since severe staining is likely to occur 3.8 PLANTING OPERATIONS: A. General: 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: 1. Remove canned stock carefully after cans have been cut on two sides with accepted cutter. Do not use spade to cut cans. 2. Lift and handle plants only from the bottom of the ball. If root ball is cracked or broken during handling, plant shall be rejected. C. Installation: 1. Pit Preparation: Add the appropriate amount of backfill mix to the bottom of the plant pit and blend into the existing soil. Tamp and compact mix. 2. Positioning: After removing plant from container, scarify side of root ball to prevent root - bound condition and position plant in planting pit. 3. Backfilling: Use backfill mix to backfill on -grade plant pits. Set each plant plumb and brace rigidly in position until planting soil has been tamped solidly around the ball and roots. When plant pits have been backfilled approximately 2/3 full, water thoroughly and October 26, 2015 APPENDIX B - 32 9300 - 9 Trees, Shrubs And Groundcover 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD saturate root ball, before installing remainder of the backfill mix to top of pit, eliminating all air pockets. 4. Staking and/or Guying: Stake or guy as outlined below. 5. Fertilizer Tablets: Place evenly distributed in plant pits when backfilled 2/3 according to the following schedule: a) 1 gallon can - 2 tablets b) 5 gallon can - 4 tablets c) 15 gallon can - 6 tablets d) 24" box - 8 tablets e) 36" box - 10 tablets f) 48" box - 12 tablets g) 60" box - 14 tablets D. Adjustment: Adjust plants so that after full settlement has occurred, the natural grade at the base of the plants is two (2") inches above the adjacent planting finish grade. E. Watering Basin: Form saucer with four (4") inch high berm centered on tree and shrub pits twelve (12") inches wider than ball diameter. Do not form saucer around trees in lawn areas. F. Watering: Water all plants immediately after planting. G. Labels: Remove all nursery -type plant labels from plants. 3.9 STAKING AND GUYING: A. General: 1. Trees shall be able to stand upright without support, and shall return to the vertical after their tops have been deflected horizontally and released. All plant materials shall remain plumb and straight for all given conditions from installation through the guarantee period. 2. Trees supplied with well -tapered, strong trunks which will stand-alone may be staked with two (2) stakes and tied per this section. 3. Tree support, if required, shall be done as outlined on the following tables. B. Staking: Stake all trees under 36" box in accordance with the following table: C. Tree Caliper @ 12" Number of Stakes Stake Size Above grade 24" box 2 2" diameter X 8' min. 1. Locate stakes in a line with trunk of tree, perpendicular to prevailing wind and as close to the main trunk as is practical, avoiding root injury. Drive stakes at least thirty-six (36") inches into firm ground. 2. Remove tree from nursery -supplied stake and tie to new stakes using two accepted tree ties. Find proper height for point of tree ties and attach as follows: a) Hold trunk in one hand, pull top to one side and release. Height at which trunk will snap back to upright is Base Height. Attach tree ties to trunk six (6") inches above Base Height. APPENDIX B - 32 9300 - 10 October 26, 2015 Trees, Shrubs And Groundcover 151' STREET/ BALBOA BLVD. REVITALIZATION 100% CD b) Nail V.I.T. ties to stakes per manufacturer's most recent published instructions. Cut off any remaining stake after total securement to within two (2") inches of upper tree tie. D. Guying: 1. Manufactured Product: Install per manufacturer's instructions unless modified by the Engineer. 2. Guy all trees 36" Box and larger. 3.10 PRUNING: See Landscape Establishment - Section 32 9800. 3.11 MULCHING: A. MULCH INSTALLATION 1. Evenly spread mulch throughout all designated planting areas to the depth indicated on the Drawings. 2. Protect all plants during the installation of mulch. Plants damaged during this operation shall be replaced at the Contractor's expense. 3. Do not contaminate the shell mulch with the soil. Contaminated shell mulch shall be corrected either by removal and replacement or by washing at the Contractor's expense. 3.12 GROUNDCOVER PLANTING: A. Tilling: Surface soil in areas to be planted with groundcover shall be tilled to a depth of six (6") inches. Planting soil amendments should be uniformly broadcast and thoroughly incorporated to a depth of six (6") inches by means of roto -tiller or approved equal. B. Planting: Plant groundcover 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. 3.13 WEED CONTROL FABRIC INSTALLATION A. Verification of Existing Grades: Verify that grades are within 1 in. plus or minus of the required finished grades. Report all variations to the Engineer. B. Clearing of Debris: Clear all planting areas of stones 2 in. diameter and larger, weeds, debris and other extraneous materials prior to placing weed control fabric. C. Place and tack weed control fabric per manufacturer's recommendations. 3.14 EROSION CONTROL MATERIALS INSTALLATION A. Protect planted slopes exceeding 1:6 against erosion with jute or coir -fiber erosion -control mesh installed and stapled according to manufacturer's recommendations. 3.15 CLEAN-UP October 26, 2015 APPENDIX B - 32 9300 - 11 Trees, Shrubs And Groundcover 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Keep all areas of work clean, neat and orderly at all times. B. Clean up and remove all deleterious materials and debris from the entire work area prior to Final Acceptance. END OF SECTION APPENDIX B - 32 9300 - 12 October 26, 2015 Trees, Shrubs And Groundcover 15" STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 329500 TREE PROTECTION PART 1 — GENERAL 1.1 GENERAL CONDITIONS Requirements of "General Conditions of the Contract" and of Division 1, "General Requirements," apply to work in this Section with same force and effect as though repeated in full herein. Division 1, Section 018113 "Sustainable Design Requirements" for material recycled and regional content. 1.2 SCOPE OF WORK Furnish materials, labor, transportation, services, and equipment necessary to protect existing trees as indicated on Drawings and as specified herein. A. Work included in this Section a. Tree protection. b. Tree trimming. B. Work related in other Sections: 1. Section 32 9300 — Trees, Shrubs and Groundcover 2. Section 32 8000 - Irrigation 3. Section 32 1314 - Concrete Paving 1.3 TERMINOLOGY A. Pruning terminology to be utilized as developed by the National Arborist Association and is herein attached. 1.4 SUBMITTALS A. Certification: 1. Submit written certification by a qualified Arborist that trees indicated to remain have been protected during course of construction in accordance with recognized standards and that where damage did occur, trees were promptly and properly treated. 2. Indicate which damaged trees, if any, are incapable of retaining full growth potential and are recommended to be replaced. 3. Arborist - an individual currently a member of the National Arborist Association or International Society of Arboriculture and verify proof of certification by such organization. 1.5 QUALITY ASSURANCE October 26, 2015 APPENDIX B - 00 32 9500 TREE PROTECTION 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Arborist Qualifications: Engage a qualified certified Arborist who has successfully completed tree protection and trimming, to perform the following work: 1. Remove branches from trees that are to remain. 2. Recommend procedures to compensate for loss of roots and perform initial pruning of branches and stimulation of root growth where removed to accommodate new construction. 3. Recommend procedures for excavation and grading work juxtaposed to established plants. 4. Perform tree repair work for damage incurred by new construction. 5. Pruning to conform to ISA Pruning Standards and National Arborist Association Class I-IV as specified. 1.6 PROJECT CONDITIONS A. Protect Root Systems: 1. Do not store construction materials, debris, or excavated material within dripline of trees to remain. 2. Do not permit vehicles within dripline. 3. Restrict foot traffic to prevent excessive compaction of soil over root systems within dripline. PART 2 — PRODUCTS 2.1 MATERIALS A. Drainage Fill: Selected stone or gravel, graded to pass a 3 -inch sieve and retained on a 1 -inch sieve. B. New Topsoil: 1. Fertile, friable, surface soil, containing natural loam. 2. Obtain from local sources or from areas having similar characteristics to indigenous topsoil. 3. Provide topsoil that is reasonably free of subsoil and clay lumps, and free of brush, weeds, roots, stones larger than 2 -inches and free of other extraneous or toxic matter harmful to plant growth. 4. Obtain topsoil only from well -drained sites where soil occurs in depth of 4 -inches or more. Do not obtain from bogs or marshes. 5. Topsoil, prior to use, must be laboratory tested for horticulture suitability and such test must be approved by the Engineer prior to placement. October 26, 2015 APPENDIX B - 00 32 9500 TREE PROTECTION 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD PART 3 - EXECUTION 3.1 GENERAL A. Protect tree root systems from damage due to noxious materials caused by runoff or spillage during mixing, placement, or storage of construction materials. Protect root systems from flooding, eroding, or excessive wetting resulting from dewatering operations. B. Do not allow fires under or adjacent to trees or other plants that are to remain. C. Branches may be removed for construction purposes only upon approval of the Engineer or Arborist and subject to local governing agency ordinances. 1. Where directed by the Engineer or Arborist, extend pruning operation to restore natural shape of entire tree. 2. Cut branches and roots, if required, with sharp pruning instruments. Do not break or chop. 3.2 EXCAVATION AROUND EXISTING TREES A. Excavate within proximity of existing trees only where indicated on Drawings. Do not machine - excavate within dripline. B. Where excavating for new construction is required within dripline of trees, hand -excavate to minimize damage to root systems. Provide sheeting at excavations if required. Use narrow -tine spading forks and comb soil to expose roots. 1. Relocate roots in backfill areas wherever possible. If large, main lateral roots are encountered, expose beyond excavation limits as required to bend and relocate without breaking. If encountered immediately adjacent to location of new construction and relocation is not practical, cut roots approximately 3 -inches back from new construction. C. Do not allow exposed roots to dry out before permanent backfill is placed. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in moist condition and temporarily support and protect from damage until permanently relocated and covered with earth. D. Where trenching for utilities is required within dripline, tunnel under or around roots by hand digging. Do not cut main lateral roots or tap roots; cut only smaller roots that interfere with installation of new work. Cut roots cleanly with sharp, appropriate pruning instruments. Do not break or chop roots. E. Prune branches to balance loss to root system caused by damage or cutting of root system as directed by the Engineer or Arborist. 3.3 GRADING AND FILLING AROUND EXISTING TREES A. Maintain existing grade within dripline of trees. October 26, 2015 APPENDIX B - 00 32 9500 TREE PROTECTION 15'h STREET/ BALBOA BLVD. REVITALIZATION 100% CD B. Lowering Grades: 1. Where existing grade is to be lowered around a protected tree, gradually slope grade away from tree as recommended by Arborist. Do not reduce grade within tree dripline. 2. Consult the Engineer or Arborist for appropriate plans on grade cuts exceeding 12 -inches which may require details as to drains, special backfill mixes and retaining walls. C. Raising Grades: 1. Where existing grade is to be raised 6 -inches or more within tree root zone, consult the Engineer or Arborist to provide appropriate remedial plans to accommodate this grade change. 2. Such plans may address perforated pipe bends, drainlines, grates and retaining walls as may be required. 3. No soil fill will be allowed to cover over existing tree root zone grade. 4. Do not place soil as to cover tree trunk root flare. 3.4 ROOT PRUNING A. Branch pruning may be required to stimulate root growth and to compensate for loss of roots. B. Prune only per written recommendations from Arborist and conform to established pruning standard practices. C. Ensure that Arborist provides the Engineer typed instructions for recommended long term maintenance procedures to be followed after completion of construction operations. 3.5 REPAIR AND REPLACEMENT OF TREES A. Repair trees damaged by construction operations. Make repairs promptly after damage occurs to prevent progressive deterioration of damaged trees. B. Remove and replace dead and damaged trees that Arborist determines to be incapable of restoration to normal growth pattern. C. Provide new trees of same size and species as those being replaced. D. If trees over 6 -inches in caliper measurement (taken 12 -inches above grade) are required to be replaced, provide new trees of 6 -inch caliper size and of species selected by the Engineer. 3.6 DISPOSAL October 26, 2015 APPENDIX B - 00 32 9500 TREE PROTECTION 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Do not burn trees or branches on-site. B. Removal from Owner's Property: Remove excess excavation, displaced trees, and trimmings and dispose of off Owner's property. END OF SECTION October 26, 2015 APPENDIX B - 00 32 9500 TREE PROTECTION 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 32 9643 PALM TREE RELOCATION PART 1 - GENERAL 1.1 WORK INCLUDED A. Perform all pruning operations. B. Submit maintenance plan for approval by the Engineer. C. Move and replant trees to locations as shown on the plans, and/or directed by the Engineer. Perform all work, and provide all materials incidental to the above items required to provide a complete installation. D. Work Related in other Sections: 1. Section 32 9113 — Landscape Soil Preparation 2. Section 32 9115 — CU -Structural Soil@ Specifications 3. Section 32 8000 — Irrigation System 4. Section 32 9300 — Trees, Shrubs, Vines and Groundcovers 5. Section 32 9800 — Landscape Establishment for 90 days 1.2 DEFINITIONS A. 'Injury" is defined, without limitation, as any bruising, scarring, tearing, or breaking of roots, branches, or trunk. B. 'Drip Line" is defined as the outermost limits of the tree canopy. 1.3 SUBMITTALS A. Prior to relocating any trees, submit all related drawings and data. B. Product data: 1. Pruning materials. 2. Guying materials. C. Detailed descriptions: 1. Maintenance plans. 2. Moving equipment. 1.4 REQUIREMENTS A. Any conflicts between these specifications and the referenced specifications, these specifications shall govern. Any conflicts between the referenced specifications and the standards, the most stringent requirements shall govern. B. When the palm trees are removed and the work within the areas to which the trees are to be transplanted is not completed to the stage at which the trees can be planted, the trees shall be October 26, 2015 APPENDIX B - 32 9643 - 1 Palm Tree Relocation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD stored and maintained until transplanting can be completed. In other cases, the palm trees shall be planted at the new locations the same day the palm trees are removed. 1.5 QUALITY ASSURANCE A. Qualification of the Contractor: Contractor for tree relocation work meet the following experience requirements 1. They shall have a minimum of 5 years of experience moving large specimen trees, 2. Their experience shall include relocating palms of a minimum of 50 feet in height for at least two separate projects. 3. They can provide references for at least five projects involving the relocation of large trees and /or palms B. Qualification of Workmen: Trimming shall be performed only by a licensed arborist. Provide at least one person approved by the Engineer who shall be present at all times during tree protection and trimming operations, who shall be thoroughly familiar with the type of work involved, and who shall direct all protection and trimming work. C. All pruning will be conducted following the City's Pruning guidelines. D. During the progress of the work, a superintendent and all assisting personnel shall be on the site, all satisfactory to the Engineer. This superintendent shall not be changed, except with the consent of the Engineer. The superintendent shall represent the Contractor in the Contractor's absence, and all direction given to the superintendent shall be as binding as if given to the Contractor. E. Reference specifications and standards: 1. International Society of Arboriculture (ISA) "Guide for Establishing Values of Trees and Other Plants", prepared by the Council of Tree and Landscape Appraisers (CTLA). 2. "Cabling, Bracing and Guying Standards for Shade Trees", as published by the National Arborist Association (NAA), 174 TR 101, Bedford, New Hampshire, 03102. 1.6 JOB CONDITIONS A. Prior to performing any work of this Contract, Contractor shall call for a site meeting with the Engineer. This meeting shall occur prior to construction of any nature on the site. The purpose of the meeting shall be to establish the conditions of all existing trees to be preserved upon receipt of the site by the Contractor and to review the proposed relocation sequencing and condition of the temporary holding area. Failure to call for said meeting implies acceptance by the Contractor of trees to be preserved in their existing condition. B. Sequencing schedule: Coordinate and cooperate with other trades to enable the work to proceed as rapidly and efficiently as possible. 1.7 GUARANTEE APPENDIX B - 32 9643 - 2 October 26, 2015 Palm Tree Relocation 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Contractor shall guarantee that all trees covered by the provisions of this Section will be healthy and in flourishing condition of active growth for one year from the date of Substantial Completion. B. During the warranty period the Contractor shall be liable for all trees covered by the provisions of this Section and shall replace trees that die in a timely manner. C. Contractor will not be held responsible for failures due to neglect by the Engineer, vandalism, etc., during the warranty period. Report such conditions to the Engineer. PART 2 -PRODUCTS 2.1 MATERIALS A. Boxing materials, ball and burlap materials: Provide moving materials in accord with current horticultural practices. B. Pruning materials: Pruning sterilant shall be Physan 20 Fertilome Type A or diluted bleach. C. Replacement Trees: For all trees that are not thriving at the conclusion of the contract period, the following replacement schedule will apply. Tree Replacement Washingtonia robusta: 40' and taller 30' BTH Washingtonia filifera Washingtonia robusta 25'— 40' 25 BTH Washingtonia filifera Washingtonia robusta15'-25' 20' BTH Washingtonia filifera Washingtonia robusta less than 15' 15'BTH Syragus romanzoffianum D. For trees damaged during demolition and other construction activities, there will be an additional penalty of $1,000 per incident of damage 2.2 PALM BACKFILL SOIL A. Consisting of #16 silica sand consisting of following qualities: 1. Good water retention. 2. Good percolation for excess water. 3. Low in salts and boron. In no cases is boron allowed to measure greater than 1 PPM as measured on saturation extract method. B. In order to insure conformance to this Section, provide soil sample testing of backfill soil when requested by Engineer. Testing of these samples to be paid for by Contractor. 2.3 FERTILIZER A. Root Growth Stimulant: 1. Vitamin B-1. a. Acceptable Manufacturers: 1) Cal Liquid. 2) Cooke. October 26, 2015 APPENDIX B 32 9643 - 3 Palm Tree Relocation 151' STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3) Chican. 4) Ortho. B. Palm Tree Fertilizer: 1. Consisting of following minimum percents by weight: a. 9% Nitrogen. b. 3% Phosphoric Acid. C. 9% Potash. d. 3% Calcium. e. 4% Magnesium. f. 2% Iron. g. 5% Humic Acids. 2. Acceptable Manufacturers: a. Gro -Power Palm and Tropical Fertilizer (909) 393-3744. C. Palm Frond Foliar Drench: 1. Acceptable Manufacturers with following rates for a 100 gallon tank mix: a. Cleary 3336 (8 oz). b. Nufarm T -Methyl E -Pro 50 WSB (8 oz.). PART 3 - EXECUTION 3.1 GENERAL A. Contractor shall conduct operations continually to completion, unless weather conditions are unfavorable. B. Trees subject to the provisions of this Section, which have been injured, shall be repaired immediately by an approved, certified arborist. C. Preparation: 1. Contractor shall spray all trees to be moved prior to digging with "Wilt proof'. Application shall be made in accord with the manufacturer's printed directions. 2. All trees to be relocated shall be root drenched with Subdue, at the rate of 3 oz. per 100 gallons of water. 3. The Contractor shall control the moisture content of the soil around the trees so that no soil breaks away from the ball during root trimming. 4. Excavate palm tree pits with vertical sides at a size that will accommodate the close rootball and at least 12 -inches below rootball. Do not plant palm trees below palm trees original grade line. 3.2 FINE ROUGH GRADE CERTIFICATION A. Obtain Engineer's written certification indicating final fine grade has been set to plus or minus 0.10 -inch prior to commencing palm tree pit excavation. 3.3 PALM TREE PIT EXCAVATION APPENDIX B - 32 9643 - 4 October 26, 2015 Palm Tree Relocation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD A. Excavate palm tree pits with vertical sides at a size that is twice diameter of rootball and at least 12 -inches below rootball. Do not plant palm trees below palm trees original grade line. 3.4 PLANT PIT PERCOLATION TESTING A. Within 72 hours of planting trees, fill each palm tree pit with water. If water has not drained by more than 95% within 24 hours, do not plant palm trees, Bring this condition to the Engineer immediately. B. If such conditions are incurred, either dig a substitute plant pit or install a deeper drainage sump in palm tree pit. Substitute plant pits are responsibility of Contractor C. Submit written results of each palm tree pit percolation tested containing location, and date and time of test to the Engineer. D. If rock or other underground obstructions are encountered in excavation of palm tree pits, acceptable alternate locations may be used at option of the Engineer. Cost for digging alternate palm tree pits is responsibility of Contractor. 3.5 TREE RELOCATION PROCEDURES A. All excavation for the planting of relocated trees shall have been completed and approved by the Engineer prior to the relocation operations. All trees to be relocated shall ultimately be replanted on the site. B. Before each palm tree is moved, dead fronds and frond stubs shall be removed from the trunk. Other fronds and frond stubs shall be removed at the trunk in a manner that will not injure the tree trunk. C. Palms can be dug by hand, with gasoline powered tree spades, or spades mounted on small tractors. No excavation shall be done closer than 24 inches to the trunk at ground level and shall extend below the major root system. The bottom of the root ball shall be cut off square and perpendicular to the trunk below the major root system. Under no condition shall the contractor cut down the size of the root ball in width or depth. Palms grown in very sandy soils, which may fall away from the roots, will require hand digging. Prior to digging, the soil around the root system should be thoroughly wetted to help keep the root ball together. Dug palms should be moved and replanted the same day. D. The roots of each palm tree or clump of palm trees shall be balled in a manner approved by the Engineer. Approval shall be obtained before removing any palm tree to be transplanted. The diameter and depth of each root ball shall be a minimum of 8 inches larger than the trunk diameter at the ground line. Exposed root balls shall be kept covered with wet burlap or canvas until the trees are planted. E. Holes resulting from the removal of transplanted palm trees shall be backfilled the same day the trees are removed. Soil from the surrounding area may be used to backfill the holes. 3.6 MAINTENANCE DURING TRANSPLANTING A. Soil around trees shall be dried out so no soil breaks away from the ball during trimming, but not so dry that the tree will be damaged. Under no circumstances shall the root ball be allowed to October 26, 2015 APPENDIX B - 32 9643 - 5 Palm Tree Relocation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD dry out. Exposed ends of all roots shall be cut clean and square. Hose drip irrigation to saturate the root ball only shall be administered during this period. B. Maintenance of the trees during the transplanting, storage, and relocation period shall be the responsibility of the Contractor. 3.7 MOVING PROCEDURES A. When moving palms out of the field, they should be well supported to prevent injury to the tender heart. Stems of clustering palms should also be tied together for additional support. A tree crane is required to lift large palms out of the field, and the trunk should be protected with burlap or other material wherever ropes, cables, chains or straps will be attached. B. Trees shall be transported in a manner to least disturb the tree root ball, trunk, and head during relocation. Prior to the commencement of the relocation, the Contractor shall submit an equipment list and description of work procedures for approval by the Engineer. Using approved equipment, the tree shall be lifted without any damage to the tree. 3.8 PALM TREE INSTALLATION A. Obtain approval of the Engineer prior to beginning palm tree planting. B. Scarring of palm tree trunk caused by inappropriate handling by Contractor may result in rejection of palm by the Engineer. Replacement may be requested at Contractor's sole expense. C. Prepare proper sized palm tree pits and verify that pits meet percolation test review by the Engineer before installing palm trees. D. Prior to placing palm tree in palm tree pit, tamp and moisten bottom of pit. Set palm tree plumb and hold rigidly in position until backfill sand has been wet -tamped firmly around root ball. Continuously adjust palm tree to ensure a plumb and securely planted palm tree. Water jet backfill mix as required to remove air pockets. E. Root Growth Stimulant: 1. Apply root growth stimulant when backfilling is between 1/2 to 2/3 up rootball. 2. Application Rates: a. 30 -feet in height and smaller: One quart. b. 30 -feet in height and taller: Two quarts. 3. Pour root stimulant full strength equally distributed around rootball. Water jet into backfill mix. F. Do not use excess soil generated from excavating palm tree pits in backfill mix or in establishing final grade. G. Protect planting areas from excessive vehicle compaction when craning palm trees to final planting site. APPENDIX B - 32 9643 - 6 October 26, 2015 Palm Tree Relocation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.9 REPAIR COMPENSATION A. A certified arborist shall direct repair of trees damaged by construction operations. Repairs shall be made promptly after damage occurs to prevent progressive deterioration of damaged trees. B. Any tree, which is damaged owing to the Contractor's negligence or failure to provide adequate protection, shall be replaced as follows: 1. Replacement shall be the according to the chart given in Section 2.1 C above, including (as approved by the Engineer): a. Actual cost of item boxed out of the ground. b. Transportation or delivery of boxed item to site. Planting and staking. Maintenance, including watering, fertilizing, pruning, pest control, and other care to bring replacement to same general condition of original item. C. Damaged tree limbs or trees which have died as a result of injury during construction shall remain the property of the Owner and shall remain or be removed by the Contractor as directed by the Engineer. 3.10 MAINTENANCE A. Irrigation 1. Closely monitor water intake to palm trees to insure adequate water is being provided to palm tree at all times. 2. It is critical that palm trees receive a plentiful supply of water during palm establishment period. 3. Minimize excess Irrigation where possible. Adjust irrigation controller times accordingly to provide .ideal amount of water to palm trees. B. Palm tree frond pruning 1. Exercise extreme care when pruning palm tree fronds. Trim green or partially green palm tree fronds or remove if they have been damaged from installation. Trimming of green palm fronds within first 3 years of establishment may diminish palm tree's resources to adequately establish itself. 2. If palm tree frond pruning is necessary, dip pruning tools in a solution comprised of 50% bleach and 50% water before beginning pruning operations and before moving from one palm tree to next. C. Fertilization 1. Apply specified palm tree fertilizer 45 days after planting. D. Contractor shall be responsible to perform periodic inspections of transplanted trees and submit written proposals to the Engineer for additional maintenance work as may be required to ensure the health and general well-being of the trees. Contractor shall retain, at the direction of the Engineer additional specialists as may be required to perform this work. E. The maintenance of the trees shall comply with Section 32 9800 - Landscape Establishment October 26, 2015 APPENDIX B - 32 9643 - 7 Palm Tree Relocation 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD F. In addition to the scheduled maintenance, during the time of this phase of work, the Contractor shall provide required maintenance in the last week of this Contract and shall leave trees in good condition. G. Trees shall be subject to a guarantee period of one year from the date of acceptance. The Contractor shall replace trees that die in a timely manner. 3.11 UNTYING PALM FRONDS A. Cut palm tree frond ties when palm tree begins to push new frond growth. B. Untie palm tree frond ties 45-60 days after planting during the months of June through September and 90 days during other months. C. Coordinate cutting of palm tree frond ties with Engineer and Palm Pathologist prior to cutting. 3.12 PALM FUNGICIDE APPLICATION A. After 14 days then monthly after palm tree installation, inspect all palms for symptoms of fungus infection. Notify owner's representative of all instances identified and submit treatment plan. 3.13 CLEANUP A. Following palm tree installation, remove rubbish, waste and debris resulting from planting operations. Remove equipment and implements of service, and leave Work area in a neat, clean, and Engineer -accepted condition. END OF SECTION APPENDIX B - 32 9643 - 8 October 26, 2015 Palm Tree Relocation 15"' STREET/ BALBOA BLVD. REVITALIZATION 100% CD SECTION 32 9800 LANDSCAPE ESTABLISHMENT PART 1 -GENERAL 1.1 GENERAL CONDITIONS A. General Conditions, Supplementary Conditions, and applicable portions of Division 1 apply to Work of this Section as if printed herein. 1.2 SCOPE OF WORK A. After tree relocation and irrigation work have been completed, reviewed and accepted by Engineer, furnish materials, labor, transportation, services and equipment necessary to provide landscape maintenance as indicated on Drawings and as specified herein. B. Work included in this Section: Continuous maintenance of plant material and irrigation system during specified landscape establishment period. C. Work related in other Sections: 1. Section 32 8000 - Irrigation 2. Section 32 9300 - Trees, Shrubs, Vines, and Groundcovers 3. Section 32 9643 — Palm Tree Relocation: Maintenance of relocated trees. 1.3 LANDSCAPE ESTABLISHMENT PERIOD [NEED TO COORDINATE WITH TREE RELOCATION PENALITES AND TIMING] A. Landscape Establishment period: 90 days from date of Final Acceptance. Contractor may at discretion of the Engineer, be allowed to proceed into landscape establishment period if planting and irrigation is deemed substantially complete by the Engineer. B. Qualification of the Contractor: Contractor for landscape establishment work shall meet the requirements described in Quality Assurance Paragraph of Section 32 9300 Trees Shrubs and Groundcover. C. Continuously maintain trees involved in this Contract during progress of Work and during landscape establishment period until Final Acceptance by the Engineer has been granted. D. Improper landscape maintenance or possible poor condition of planting at termination of the scheduled landscape establishment period may cause landscape establishment period to be continued at no cost to Owner. E. In order to carry out plant establishment work, furnish sufficient men and adequate equipment to perform Work during landscape establishment period. F. Request an observation of Work by the Engineer to begin landscape establishment period after planting and related work has been completed in accordance with Contract Documents Any day October 26, 2015 APPENDIX B - 32 9800 -1 Landscape Establishment 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD that Contractor fails to adequately perform landscape maintenance, as determined necessary by the Engineer, that day will not be credited as one of landscape maintenance working days. G. Prior to being placed on landscape maintenance, submit a schedule of activities planned during landscape establishment period. This schedule needs to be accepted by the Engineer prior to start of landscape maintenance. Document scheduled changes and obtain acceptance by the Engineer. PART 2 - PRODUCTS 2.1 GENERAL A. Submit a list of materials that are to be used during landscape maintenance that are not specified in Section 32 6943 — Tree Relocation in written form to Engineer for review and approval. PART 3 - EXECUTION 3.1 GENERAL LANDSCAPE MAINTENANCE A. Duration: Continuously maintain each plant and each portion of turf and groundcover area after installation, during progress of work, and for a period of 365 days after completion of all planting work until Final Acceptance. B. Keep landscape and project areas free of debris. C. Establishment includes temporary protection fences, barriers and signs as required for protection. D. Keep planted areas weed -free. Cultivate at intervals of not more than 1 week. E. Maintain adequate protection of Work area. Repair damaged areas. F. Replacements: 1. Immediately treat or replace all plants that become damaged or injured, as directed by the Engineer at no additional cost to Owner. 2. Replacement plants shall be of a size, condition and variety acceptable to the Engineer. 3.2 TREES, SHRUBS AND VINES 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. APPENDIX B -32 9800 - 2 October 26, 2015 Landscape Establishment 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 4. Maintain originally called for depth of mulch to reduce evaporation and frequency of watering. 5. Check for moisture penetration throughout the root zone at least once per week. 6. Regulate irrigation watering times to minimize erosion and gullying. B. Resetting: Reset plants to proper grades or upright position. C. Pruning: 1. Trees: a) Prune Trees To: 1) Select and develop permanent scaffold branches that are smaller in diameter than trunk or branch to which they are attached which have vertical spacing of from 18 -inches to 48 -inches and radial orientation so as not to overlay one another. 2) To eliminate diseased or damaged growth. 3) To eliminate narrow V-shaped branch forks that lack strength. 4) To reduce toppling and wind damage by thinning out crowns. 5) To maintain growth within space limitations. 6) To maintain a natural appearance and to balance crown with root mass. b) Remove sucker growth. D. Weed Control: 1. Keep planted areas free of weeds. 2. Use recommended legally approved herbicides. 3. Avoid frequent soil cultivation that destroy shallow surface roots. 4. Replenish lost wood mulch to reduce weed growth. Maintain a 2 -inch mulch layer. E. Insect and Disease Control: 1. Maintain insect and disease control during landscape establishment period. 2. Regularly inspect all plant materials for signs of infestation: a) Presence of insects, moles, gophers, ground squirrels, snails and slugs in planting areas. b) Discoloration, spotting or blotching on leaves, fronds, or needles. c) Unusually light green or yellowish green color inconsistent with normal green color of leaves. F. Fertilization: 1. Fertilize planting areas with application of Planting Fertilizer at the rate of 7 1/2 pounds per 1,000 square feet 30 days after planting. 2. Repeat fertilizer application at 30 day intervals until end of landscape establishment period. G. Replacement of Plants: Replace dead, dying and missing plants of a like size and condition as to those that were originally installed at no cost to Owner. October 26, 2015 APPENDIX B - 32 9800 - 3 Landscape Establishment 1511 STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.3 RELOCATED PALM CARE 1. Maintain adequate moisture in the root zone 2. Drench the root zone with fungicide once every three weeks of the first three months 3. Apply a light foliar spray of soluble micronutrients to the foliage between 60-75 days after transplanting. 4. Apply a light surface application of slow release granular palm fertilizer at the margins pf the rootball between 75-90 days after transplanting B. Replacement of Palms: Replace dead or dying palms per the requirements of Section 32 9643 Palm Tree Relocation C. Staking and Guying of Trees: 1. Inspect stakes and guys at least one a month to check for rubbing that causes bark wounds. 2. Conform to the recommended procedures of staking and guying as outlined in the University of California Publication AXT-311, "Staking Landscape Trees." D. Establishment of Existing Trees and Shrubs : 1. General: Conform to all applicable paragraphs regarding pruning, watering, spraying and fertilizing of new plant materials as specified in this section. 2. Be alert to symptoms of construction damage to root systems of existing trees and shrubs as evidenced by wilting, unseasonable or early flowering or loss of leaves, and insect or disease infestation due to declining vigor. 3. Notify the Landscape Architect in writing of all evidence of declining tree or shrub vigor immediately upon discerning the problem. Take appropriate interim measures to mitigate the severity of the problem as specified in this section. 4. Submit written proposal and cost estimate for the correction of all conditions before proceeding with permanent correction work. 3.4 GROUNDCOVERS: 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 groundcovers. B. Weed Control: 1. Control weeds, preferably with pre -emergent herbicides and with selective systemic herbicides. 2. Minimize hoeing of weeds in order to avoid plant damage. 3.5 IRRIGATION SYSTEM A. Provide maintenance of irrigation system consisting of cleaning and adjusting sprinkler nozzles, repairing damaged equipment, servicing valves, programming controllers and other activities required during landscape establishment period. APPENDIX B -32 9800 - 4 October 26, 2015 Landscape Establishment 151h STREET/ BALBOA BLVD. REVITALIZATION 100% CD 3.6 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. Discoloration, spotting or blotching on leaves, fronds, 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. 3.7 THE 90 -DAY 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 Engineer at least five (5) working days prior to anticipated date of review. 3.8 FINAL WALKTHROUGH A. At completion of landscape establishment period, schedule a Final Walkthrough with the Engineer. B. Engineer, General Contractor and others deemed necessary the Engineer may be present at Final Walkthrough. C. If, during Final Walkthrough the Engineer is of opinion that landscape maintenance has been substantially completed in accordance with this Section, written notice of recommendation to allow Contractor to be released from Project will be submitted to Owner for approval. This report will note any incomplete punch list items from Final Walkthrough and a date on which these items must be completed. Complete remaining punch list items within five working days after Final Walkthrough was performed by the Engineer. D. Corrective Work: 1. Work requiring corrective action or replacement in the judgment of the 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 Owner. 3. After corrective work is completed, the Contractor shall again request a Final Review for Final Acceptance as outlined above. October 26, 2015 APPENDIX B - 32 9800 - 5 Landscape Establishment 15th STREET/ BALBOA BLVD. REVITALIZATION 100% CD 4. Continue establishment of all landscaped areas until such time as all corrective measures have been completed and accepted. E. Conditions for Acceptance of Work at End of Establishment 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 90 -Day Establishment Period commenced for such plants. F. Final Acceptance Date: The date on which the Engineer issues a Letter of Final Acceptance. Upon Final Acceptance, the Owner will assume responsibility for establishment of the work. 3.9 WARRANTY PERIOD AND REPLACEMENTS OF PLANT MATERIALS: A. Specific Requirements: Refer to the following sections: 1. Irrigation - Section 32 8000. 2. Trees, Shrubs, Vines and Groundcover - Section 032 9300 3.10 CLEANUP A. Upon completion landscape maintenance, remove rubbish, waste and debris resulting from Contractor's operations. B. Repair scars, ruts or other marks in landscaped areas caused by Contractor. C. Remove equipment, implements of service, and leave Work area in a neat and clean condition. Sweep clean paved areas. END OF SECTION APPENDIX B -32 9800 - 6 October 26, 2015 Landscape Establishment