Loading...
HomeMy WebLinkAboutAGENDA REPORT 2025 0115 CC REG ITEM 09ACITY OF MOORPARK, CALIFORNIA City Council Meeting of January 15, 2025 ACTION APPROVED STAFF RECOMMENDATIONS, AS AMENDED TO REMOVE BIKE RACKS. (VOICE VOTE: 4- 0, MAYOR ENEGREN ABSENT). BY A. Hurtado. A.Consider Plans and Specifications (Specification No. MPK 24-01 and Moorpark Drawing No. 24-ML-11112), Authorization to Advertise for Construction Bids, and Authorization to Request for Proposals for Construction Management Services for the High Street Improvement Project (C0009). Staff Recommendation: 1) Consider, review, and approve the Plans and Specifications for the High Street Improvement Project (C0009), Specification No. MPK 24-01 and Drawing No. 24- ML-11112, subject to final language by the City Manager and City Engineer/Public Works Director; and 2) Authorize staff to advertise and obtain construction bids for the High Street Improvement Project (C0009), Specification No. MPK 24-01 and Drawing No. 24-ML-11112; and 3) Authorize staff to request proposals for professional services for construction engineering, management, and inspections services for the High Street Improvement Project (C0009), Specification No. MPK 24-01 and Drawing No. 24-ML-11112. (Staff: Daniel Kim, Public Works Director) Item: 9.A. MOORPARK CITY COUNCIL AGENDA REPORT TO: Honorable City Council FROM: Daniel Kim, City Engineer/Public Works Director DATE: 01/15/2025 Regular Meeting SUBJECT: Consider Plans and Specifications (Specification No. MPK 24-01 and Moorpark Drawing No. 24-ML-11112), Authorization to Advertise for Construction Bids, and Authorization to Request for Proposals for Construction Management Services for the High Street Improvement Project (C0009) SUMMARY Staff is requesting that City Council consider the Plans and Specifications for the High Street Improvement Project (C0009), Specification No. MPK 24-01 and Drawing No. 24- ML-11112, for review, approval, and authorization of project advertisement to obtain construction bids. The proposed scope of work consists of the construction of approximately 1,100 feet of frontage improvements along High Street, between Moorpark Avenue and Magnolia Street. The proposed improvements include new sidewalk, curb and gutter, landscape and irrigation improvements, street furnishings, decorative flatwork, pedestrian safety improvements, electrical improvements, and pavement rehabilitation. BACKGROUND On April 29, 2020, the City Council authorized staff to allocate remaining funds from Tax Allocation Bonds issued in 2006 to undertake capital improvement projects that benefit the former Redevelopment Agency (RDA) Project Area (Attachment 1). The approved and appropriated allocation of funds, at the time (Fiscal Year 2020/21), were as follows: Item: 9.A. 1 Honorable City Council 01/15/2025 Regular Meeting Page 2 Project Description Amount Millard Drain – Capital Professional Services $250,000 High Street Streetscape – Infrastructure $1,420,000 High Street Streetscape – Capital Professional Services $80,000 Sidewalk Rehabilitation for RDA Project Area – Infrastructures $273,324 Total $2,023,324 The Sidewalk Rehabilitation for the Redevelopment Agency Project Area (CIP M0050) was completed in 2022. On October 7, 2020, the City Council adopted Resolution No. 2020-3949, approving Residential Planned Development Permit No. 2018-01 for a residential, mixed-use development located at 226 High Street, also known as the High Street Depot project. Along with the 79 residential units and 13,628 square feet of commercial space, the proposed development’s landscaping and architecture will enhance and improve public and private spaces along the south side of High Street, specifically between Moorpark Avenue and Magnolia Street. The High Street Depot development project provides the City with a unique opportunity to work and collaborate with the Daly Group (developer) to fulfill the City Council’s goal to undertake a High Street Streetscape Improvement Project. City staff has been working closely with its consultant and the Daly Group to develop the High Street Improvement Project and to ensure that the streetscape improvements are consistent with the approved entitlement plans. The proposed project seeks to extend the private development improvements of the High Street Depot project onto the streetscape and public right-of-way. The street improvements will include pavement rehabilitation, landscape enhancements, decorative flatwork, improved pedestrian facilities, street furnishings, and electrical improvements that will be consistent with the approved design and architecture of the High Street Depot Project. DISCUSSION On May 3, 2023, the City Council awarded a Professional Services Agreement to Stantec Consulting Service, Inc. to provide professional engineering and design services for the High Street Improvement Project, CIP C0009. City staff and Stantec Consulting have been working closely with the Daly Group to prepare project plans and specifications for the following scope of improvements: • Approximately 1,100 feet of new sidewalks, curb, and gutter. • Street pavement rehabilitation including AC overlay, signing, and pavement striping improvements. 2 Honorable City Council 01/15/2025 Regular Meeting Page 3 • Enhance bicycle safety improvements and facilities. • Reconstruction of the intersections at Bard Street and Walnut Street to include bulb-outs and pedestrian safety improvements. • Streetscape improvements including landscape, irrigation, decorative flatwork, and furnishings (benches, bike racks, trash receptacles, etc.) that are consistent with the High Street Depot architecture. • Street lighting and electrical improvements. • Utility infrastructure improvements including storm drainage and domestic water. As previously mentioned, the Project Plans and Specifications were prepared to be consistent and in substantial conformance to the design concepts and elements approved by the City Council for the High Street Depot project. In addition to constructing much needed street improvements to High Street, staff and the design team had two major project goals: 1. Maintain a uniform design that is both consistent with the original, approved intent and congruent so that there is no distinction between private property and the public right-of-way. 2. Provide pedestrian connectivity between both sides of High Street to “activate” the downtown experience for pedestrians, residents, businessowners, commuters, and retail patrons. Community Outreach City staff hosted two High Street Improvements Community Meetings on August 5 & 6, 2024 to introduce the project and give the community an opportunity to provide feedback. Attachment 2 contains the community flyer that advertised the meeting and provides an illustrative summary of the design elements that have been incorporated into the streetscape improvements. Additionally, staff created a dedicated webpage to solicit comments and feedback from community members that were not able to attend the in-person, hosted community meetings. The webpage contains much of the same information that was presented in the in-person meetings and gives the community another opportunity to provide feedback to staff. The main, consistent feedback staff received from the community is for wayfinding and signage improvements that provide parking and destination information. The proposed scope of work for the High Street Improvement Project does not include wayfinding and signage improvements for parking. Those specific concerns and improvements will be addressed as part of the Downtown Specific Plan Update or implemented independently as a separate project. 3 Honorable City Council 01/15/2025 Regular Meeting Page 4 The community outreach meeting also provided an opportunity for the public to view renderings of the proposed streetscape improvements. The following renderings provide a “before and after” image of the proposed improvements along High Street. Figure 1. Southbound view of High Street at Bard Street 4 Honorable City Council 01/15/2025 Regular Meeting Page 5 Figure 2. Eastbound view of High Street at Walnut Street 5 Honorable City Council 01/15/2025 Regular Meeting Page 6 Figure 3. Eastbound view at 18 High Street 6 Honorable City Council 01/15/2025 Regular Meeting Page 7 Figure 4. Oblique aerial view of the High Street Depot Village Green area 7 Honorable City Council 01/15/2025 Regular Meeting Page 8 Figure 5. Striping improvements on High Street Plans and Specification Attached for the City Council’s consideration for review and approval are the Plans and Specifications for the High Street Improvement Project. The City Engineer has reviewed the Plans and Specifications for the project and has determined that the documents were prepared in accordance with reasonable, professional engineering judgement, and with due consideration for public safety. The Parks and Recreation Director has reviewed the landscape and irrigation improvement drawings and has determined that they are in conformance with City Landscape Standards for High Street. Staff is requesting that the City Council review and approve the Plans and Specifications, authorize staff to advertise the project for construction bids, and authorize staff to prepare and advertise a Request for Proposal (RFP) for Construction Engineering Services. ENVIRONMENTAL DETERMINATION This action is exempt from the California Environmental Quality Act (CEQA) as it does not constitute a project, as defined by Section 15378 of the State CEQA Guidelines. Therefore, no further environmental review is required. FISCAL IMPACT Staff will return to City Council for construction bid award and schedule. The project is identified in the City’s Capital Improvement Program as CIP C0009. The current funding allocation for the project is $1,383,156 and is funded by the Tax Allocation Bonds issued in 2006. Staff and Stantec Consulting estimates the construction cost to be approximately $1,771,500. Public Works and Finance staff will work together to determine additional funding sources for the construction of the High Street 8 Honorable City Council 01/15/2025 Regular Meeting Page 9 Improvement Project. Any new funding appropriation requests will be presented to the City Council for consideration once bids have been received and a construction contract is scheduled to be awarded. The following is the anticipated construction cost breakdown, based on the Engineer’s Estimate: Construction Cost Estimate Amount Construction Contract Estimate $2,076,573.50 Construction Contingency (10%) $207,657.00 Construction Administration (10%) $207,657.00 Construction Engineering (15%) $311,486.00 Total Construction Phase Cost Estimate $2,803,373.50 COUNCIL GOAL COMPLIANCE This action is consistent with City Council Strategic Goal 2, Objective 2.7: “High Street Improvement Project.” STAFF RECOMMENDATION 1. Consider, review, and approve the Plans and Specifications for the High Street Improvement Project (C0009), Specification No. MPK 24-01 and Drawing No. 24- ML-11112, subject to final language by the City Manager and City Engineer/Public Works Director; and 2. Authorize staff to advertise and obtain construction bids for the High Street Improvement Project (C0009), Specification No. MPK 24-01 and Drawing No. 24- ML-11112; and 3. Authorize staff to request proposals for professional services for construction engineering, management, and inspections services for the High Street Improvement Project (C0009), Specification No. MPK 24-01 and Drawing No. 24- ML-11112. Attachment 1: Redevelopment Agency Project Area Attachment 2: High Street Improvements Community Meeting Attachment 3: Plans and Specifications for the High Street Improvement Project (C0009), Specification No. MPK 24-01 and Drawing No. 24-ML-11112 9 Moorpark Redevelopment Project Implementation Plan 2010-2014 6 Figure 1 – Project Area Map ,I iii 5 ffi i j ,. "' & MEADOW I!' ~ 1'i "' i I {f DARLENE ELWI N t z ~ " _i,____:__,,. :ep_lN gJ E@ ·z ~ ""'F" ~ C, " z ~ s w ~ 0 5 ~1 0: ~ ~ ~ ~ z "' 15 "' 0 ::/ ii' E\.\<RUN 8i J " " 'Z ~ ii ~ ~ \\ .l:r1}} gN\f1" ft\lt,I, 8'¼iF,:Nc12 ~ y: ',, ~ I t <,.. ~\ "'e: ''"o,.., sou<,"'&-'f- ~ BoNITA HE1GHTS ~ VISTA LEVANA j iii PEACH H ILL : !i ti, j ;, s~G€Co,4Cft Boundaries shown are for general reference and illustrative purposes only. Not intended to be a legal description of the metes and bounds. LAURELHURST j ~ " t ~o (::_j Mo or park City Limits ~ Freewa ys A.?-Rail roa d s KNOTTY PINI: CLOVERDALE ANNETT~ 2,000 c:J Mo or park Re deve lopment Pro ject Are a ; 0 1,000 ee '" 1,,\ 2,000 --> I z "& "' "l?oue \ \ "(Ive: i rt ,gt / j s MA.Roue:-,-,.e: -Ye, \ E 9 't 'z; 1¼. <e_ REEDLE"'i J \ 5 \:. ' "% CAMPlJSPARK If STANFORD CJ it AJ-,HCRsr 'l' C, z z f; is ;:; z !ti ., .... ~~~~-I!' FAIRWEATHERl. - • -.. ---.. I """i,s~G<- I I I I I ,,,,,-.--.---·--• .,, . .,,. \ .,, . ." \ ' ' . \ Prepared By: Urban Futures , Inc. Base Map Source : City of Moorpark Date : 11/06/09 Rle: MP _PA_lmpPln .mxd ATTACHMENT 1 10 August 5, 2:30 PM - or - August 6, 6:00 PM Moorpark Community Center Apricot Room 799 Moorpark Avenue Moorpark, CA 93021 City of Moorpark Questions: (805) 517-6212 | citymanager@moorparkca.gov (Both meetings will cover the same topics.) Curb Extensions - Improved visibility for both pedestrians and vehicles - Reduced vehicle speeds - Reduced crossing distance - Added space for amenities Crosswalk Improvements - Flashing lights to protect pedestrians • Reduce pedestrian collisions by 47% • Increase driver yielding to pedestrians by 98% - Enhanced markings to improve visibility - Accessible curb ramps Amenities - Pavement resurfacing and restriping - Seating and seat walls - Bicycle racks - Expanded sidewalks - Electrical outlets for events - Retain existing streetlightsLandscaping Vision - Historic pepper tree preservation - Cohesive design with Metrolink Station - Landscaped parkways - Decorative pavers HIGH STREET IMPROVEMENTS COMMUNITY MEETING ATTACHMENT 2 11 CITY OF MOORPARK DEPARTMENT OF PUBLIC WORKS NOTICE TO BIDDERS, CONTRACT PROPOSAL, AND SPECIFICATIONS FOR THE CONSTRUCTION OF HIGH STREET IMPROVEMENTS PROJECT CAPITAL IMPROVEMENT PROJECT NO. C0009 Specification No. MPK 24-01 CHRIS ENEGREN, MAYOR CHRIS BARRETT, COUNCILMEMBER DR. ANTONIO CASTRO, COUNCILMEMBER RENEE DELGADO, COUNCILMEMBER TOM MEANS, COUNCILMEMBER TROY BROWN, CITY MANAGER DANIEL KIM, P.E., CITY ENGINEER/PUBLIC WORKS DIRECTOR BIDS TO BE OPENED ON TBD, 2025 AT 3:00 P.M. Prices: Online No charge Picked Up $50.00 Mailed $60.00 City Clerk 323 Science Drive Moorpark, CA 93021 (805) 517-6200 ATTACHMENT 3 12 Specification No. MPK 24-01 1 High Street Improvement Project Capital improvement Project No. C0009 CITY OF MOORPARK CONSTRUCTION DOCUMENTS FOR NAME: High Street Improvement Project (CIP C0009) LOCATION: High Street, Between Moorpark Avenue and Magnolia Street SPECIFICATION NO.: MPK 24-01 DATE: January 15, 2025 PREPARED BY: ____________________________ Derek Rapp, T.E. Jia Shen, R.C.E. Senior Principal Engineer Principal Engineer Stantec Consulting Services Inc. Stantec Consulting Services, Inc. REVIEWED BY: _________________________________ Daniel Kim, P.E. City Engineer/Public Works Director City of Moorpark 13 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 2 CITY OF MOORPARK DEPARTMENT OF PUBLIC WORKS NOTICE TO BIDDERS, SUBCONTRACTORS, AND SUPPLIERS If you discover any error or omission in the plans, specifications, or proposal, or have any question concerning the bidding documents, please contact: Derek Rapp, T.E. OR Daniel Kim, City Engineer Stantec Consulting Services Inc. City of Moorpark Public Works Dept. 200 East Carrillo Street, Suite 101 323 Science Drive Santa Barbara, CA 93101 Moorpark, CA 93021 Telephone: (805) 308-9166 Telephone: (805) 517-6255 Email: derek.rapp@stantec.com Email: dkim@moorparkca.gov Advise the person answering the phone that you have a "Bidding Question." Please do not call other staff members or consultants. All bids must be sealed and submitted at, or before 3:00 p.m., on TBD, 2025, to the following: City Clerk City of Moorpark 323 Science Drive Moorpark, CA 93021 After the bid opening, bid results may be obtained by calling the Public Works Department. After Notice to Proceed is issued to the successful bidder, all contacts should be through Daniel Kim, City Engineer/Public Works Director, at (805) 517-6255. NOTE: Please mark on the outside of the envelope (and Express shipment envelope, if applicable): HIGH STREET IMPROVEMENT PROJECT Sealed Bids – Do Not Open With Regular Mail Bids to be opened at 3:00 p.m. on TBD, 2025 14 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 3 TABLE OF CONTENTS Notice Inviting Sealed Bids ........................................................................... Page 5 Bid Terms and Conditions ............................................................................ Page 9 Proposal ....................................................................................................... Page 17 Documents for Execution by Successful Bidder ........................................... Page 45 Standard Specifications ................................................................................ Page 77 Special Provisions ........................................................................................ Page 92 900 Special Conditions ....................................................................... Page 93 901 Special Construction Requirements ............................................. Page 97 902 Mobilization, Bonds and Insurance .............................................. Page 102 903 Traffic Control ............................................................................... Page 104 904 Surveying and Construction Staking ............................................ Page 108 905 Stormwater Pollution Control ........................................................ Page 109 906 Clearing and Grubbing ................................................................. Page 112 907 Excavation and Fill ....................................................................... Page 114 908 Pavement Milling .......................................................................... Page 115 909 Street Surface Preparation ........................................................... Page 117 910 Asphalt Tack Coat ........................................................................ Page 121 911 Asphalt Concrete Pavement ......................................................... Page 123 912 Asphalt Rubber Hot Mix (ARHM) ................................................. Page 130 913 Portland Cement/Concrete Improvements ................................... Page 143 914 Adjust Utility and Survey Monument Covers ................................ Page 147 915 Protect Survey Monumentation .................................................... Page 149 916 Traffic Signing & Pavement Delineation ....................................... Page 150 917 Drainage Systems ........................................................................ Page 155 918 Wire and Cabling .......................................................................... Page 157 919 Lighting......................................................................................... Page 164 920 Landscape Irrigation ..................................................................... Page 173 921 Landscape Planting ...................................................................... Page 184 922 Street Furnishings ........................................................................ Page 198 923 Potholing ...................................................................................... Page 200 924 Rectangular Rapid Flashing Beacons .......................................... Page 201 925 Traffic Signals .............................................................................. Page 204 926 Slurry Seal .................................................................................... Page 205 927 Release on Contract .................................................................... Page 214 1000 Water Improvements .................................................................... Page 215 1001 Trench Safety Methods ................................................................ Page 219 1002 Pipeline Testing, Cleaning, Disinfecting, and Inspecting .............. Page 220 15 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 4 Appendices .................................................................................................. Page 222 List of Appendices ................................................................................. Page 223 Appendix A: Release on Contract Appendix B: Notice to Property Owners and Residents Appendix C: Traffic Advisory Sign Detail Appendix D: Ventura County Air Pollution Control Board Rule 55, Fugitive Dust Appendix E: Quality Assurance Program Appendix F: Permits Appendix G: Construction Plans 16 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 5 CITY OF MOORPARK DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION NOTICE INVITING SEALED BIDS FOR HIGH STREET IMPROVEMENT PROJECT CAPITAL IMPROVEMENT PROJECT NO. C0009 SPECIFICATION NO. MPK 24-01 17 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 6 NOTICE INVITING SEALED BIDS Pursuant to statute and to the authorization approved by the Council of the City of Moorpark, California, on January 15, 2025, and on file in the office of the City Clerk of said City, NOTICE IS HEREBY GIVEN that sealed bids for the High Street Improvement Project will be received by the City Clerk, in the City Hall, 323 Science Drive, Moorpark, California, 93021, at or before 3:00 p.m. on TBD, 2025, at which time they will be publicly opened and read. The official bid clock, which will establish the official bid time, will be determined by the City Clerk's Division of the City of Moorpark. SCOPE OF WORK: The work to be performed under this Contract generally consists of removal and reconstruction of the High Street intersections of Walnut and Bard Streets and the south side of approximately 1,100 feet of High Street, new sidewalks, curb and gutter, protected crosswalk improvements, street frontage improvements, landscape and irrigation improvements, street lighting improvements, storm drainage infrastructure, and domestic water connections, as shown on the Project Plans. The roadway will be milled and overlayed to allow for streetscape improvements, including approximately 900 tons of asphalt concrete, thermoplastic striping, and related work as required by the Project Plans and Specifications. The proposal shall be submitted and the work shall be performed by a Class (“A”) State of California licensed contractor in strict conformance with plans and specifications as approved by the City Council on January 15, 2025, and now on file in the City's Department of Public Works and the City Clerk. Plans and specifications can be viewed and downloaded, at no cost, online at http://www.moorparkca.gov/35/Doing-Business . Copies of plans and specifications may be obtained by prospective bidders from the City Engineer/Public Works Department at 323 Science Drive, Moorpark, CA 93021, upon the payment of $50, plus $10 for handling fees, if mailed. All questions regarding the bid documents should be directed to Daniel Kim, City Engineer/Public Works Director, at (805) 517-6255. It is the bidder’s responsibility to check the City’s website for any addenda that may be issued for this project prior to submittal of the bid. Failure to submit the required Addenda Acknowledgment with the bid proposal will disqualify the bidder. All prospective bidders shall abide by the provisions of the Bid Terms and Conditions listed in the project's specifications. 18 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 7 The City reserves the right to retain all proposals for a period of 90 days after the bid opening date for examination, comparison, and to delete any portion of the work from the Contract. The City reserves the right to determine and waive unsubstantial irregularities in any proposal, to reject any or all proposals, to reject one part of a proposal, and accept the other. The bid shall be balanced so that each bid item is priced to carry its share of the cost of the work and also its share of the contractor’s overhead and profit. The City reserves the right to delete any bid item to the extent that the bid is qualified by specific limitation. An unbalanced bid shall be considered as grounds for rejecting the entire bid. The City further reserves the right to make award to the lowest responsible bidder as the interest of the City may require. The City will not consider awarding any contract, based upon any proposal submitted by any contractor, and the City will not consent to subletting any portions of the Contract to any subcontractor, located in a foreign country during any period in which such foreign country is listed by the United States Trade Representative as discriminating against U.S. firms in conducting procurements for public works projects. No Contractor, or subcontractor, shall be listed on a bid proposal or awarded a contract for a public works project unless registered with the Department of Industrial Relations, pursuant to Labor Code section 1725.5. This project is subject to compliance, monitoring, and enforcement by the Department of Industrial Relations. In accordance with the provisions of Division 2, Part 7, Chapter 1 of the California Labor Code, the California Department of Industrial Relations has established the general prevailing rates of per diem wages for each craft, classification, and type of work needed to execute contracts for public works and improvements. The per diem wages published at the date the contract is advertised for bids shall be applicable. Copies of the prevailing rate of per diem wages are on file at the California Department of Industrial Relations, https://www.dir.ca.gov/Public-Works/Prevailing-Wage.html. Future effective wage rates, which have been predetermined and on file with the Department of Industrial Relations, are referenced but not printed in said publication. The new wage rates shall become effective on the day following the expiration date and apply to this Contract in the same manner as if they had been included or referenced in this Contract. All bids must be made on the Proposal Forms that are included in the Plans and Specifications No. MPK 24-01. Failure to include all of the Proposal Forms may disqualify the proposal. Bidders shall provide a properly executed Bidder's Bond (contained herein), cashier's check, or other bidder's security payable to the City of Moorpark to accompany the Proposal in the amount of ten percent (10%) of the total bid. The proceeds thereof will become the property of the City if the bidder fails to or refuses to execute the contract 19 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 8 within ten (10) calendar days after the City has notified the bidder of intent to award the bid or within ten (10) calendar days after notice of the award has been sent by mail to the bidder, whichever occurs first. The bidder to whom the Contract is awarded (Contractor) shall execute the Contract and furnish a surety bond in the amount of 100% of the Contract bid price guaranteeing the faithful performance of the Contract and to secure the payment of claims for materials and labor provided by others in performing the work. The Contractor may substitute securities for retention monies pursuant to Public Contract Code, Section 22300. 20 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 9 CITY OF MOORPARK CITY ENGINEER/PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION BID TERMS AND CONDITIONS FOR HIGH STREET IMPROVEMENT PROJECT CAPITAL IMPROVEMENT PROJECT NO. C0009 SPECIFICATION NO. MPK 24-01 21 Specification No. MPK 24-01 10 High Street Improvement Project Capital improvement Project No. C0009 BID TERMS AND CONDITIONS Requirement to Meet All Bid Provisions – Each bidder shall meet all of the specifications and bid terms and conditions. By virtue of the bid submission, the bidder acknowledges agreement with and acceptance of all provisions of the specifications, except as expressly qualified in the proposal. Unsubstantial deviations may be considered, provided that the bidder submits a full description and explanation of and justification for the proposed deviations. Whether any proposed deviation is unsubstantial will be determined by the City in its sole discretion. DIR Registration – In accordance with the provisions of the California Labor Code, Section 1771.1, as amended by SB 854, unless registered with the Department of Industrial Relations (DIR), a contractor may not bid, not be listed as a sub-contractor, for any bid proposal submitted for public work on or after March 1, 2015, with certain expectations as set forth in Labor Code 1771.1(a). Further, a public entity cannot award a Public Works contract to a non-registered contractor or sub-contractor, effective April 1, 2015. As such, bidders must be registered with DIR. If any contractor, or sub- contractor, listed in a bid or proposal is believed to be exempt from registration, as set forth in Labor Code 1771.1(a), the bid proposal must set forth the claimed exemption. Failure to provide evidence of registration, or a valid exemption, at the time of bid submittal shall render the bid as non-responsive and shall act as a bar to award the Contract to any bidder not registered with DIR. License – In accordance with the provisions of California Public Contract Code Section 3300, the City has determined that the Contractor shall possess a valid applicable Class A Contractor's License at the time the bid is submitted. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the Contract to any bidder not possessing said license at the time of bid submittal. Maintenance of License – The Contractor must be properly licensed as a contractor from Contract Award through Contract Acceptance (Public Contract Code § 10164). Communications Regarding Bid – If a prospective bidder is in doubt as to the true meaning or intent of any part of the Contract Documents, or discovers discrepancies or omissions, the bidder may submit to the City Engineer a written request for an interpretation or a correction thereof. Interpretations or corrections of the Contract Documents shall be made only by addendum duly issued by the City Engineer. A copy of such addendum will be mailed or delivered to each potential bidder receiving a set of the Contract Documents. Such addendum shall be considered a part of, and incorporated, into the Contract Documents. 22 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 11 All timely requests for information submitted in writing will receive a written response from the City. Timely requests are those in which the City, in its sole judgment, can reasonably respond to before bid closing. Telephone communications with city staff are not encouraged, but will be permitted. However, any such verbal communication shall not be binding on the City. No inquiries will be accepted later than five (5) business days prior to the bid opening date. Sales Tax Reimbursements – For sales occurring within the City of Moorpark, the City is reimbursed a portion of the sales tax paid. Therefore, for bids from retail firms located in the City of Moorpark at the time of bid closing, for which sales tax is allocated to the City of Moorpark, 1% of the taxable amount of the bid will be deducted from the bid by the City in the calculation and determination of the lowest responsible bid (the 1% being the same percentage reimbursed to the City on the taxable amount of all purchases occurring within the City). In order to receive the 1% adjustment for sales tax reimbursed to the City, bids from contractors who intend to purchase taxable materials, supplies, or services in the City of Moorpark must indicate in the bid submittal the amount of sales tax which is to be deducted from the bid. Additionally, when a contractor's bid receives such an adjustment and becomes the lowest responsible bid, the contract amount will be reduced by the amount of the sales tax reimbursement indicated in the bid submittal. The Contractor will subsequently be reimbursed the amount deducted upon submission and verification of source documentation of the purchase of taxable materials, supplies, or services in the City of Moorpark in accordance with the bid submittal. In no case, however, shall the Contractor be reimbursed an amount greater than the amount of the adjustment indicated in the bid submittal. Contractors who furnish their own supplies or materials and calculate a tax paid to them are not eligible for the sales tax adjustment since the sales tax is allocated to the County and not the City. Bidder's Bond Requirement – Bidders shall provide a properly executed Bidder's Bond (contained herein), cashier's check, or other bidder's security payable to the City of Moorpark to accompany the Proposal in the amount of ten percent (10%) of the total bid. The proceeds thereof will become the property of the City if the bidder fails to or refuses to execute the contract within ten (10) calendar days after the City has notified the bidder of intent to award the bid or within ten (10) calendar days after notice of the award has been sent by mail to the bidder, whichever occurs first. Additionally, the proceeds of the bidder's bond will become the property of the City if the bidder fails to or refuses to furnish satisfactory bonds or evidence of insurance required in the contract construction documents within ten (10) days after the bid has been awarded. The bond shall be sufficient and duly executed by a surety admitted to do business in the State of California. All bid bonds or substitutes therefore will be returned upon timely execution of the 23 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 12 Contract and the filing of satisfactory insurance certifications and bonds by successful bidder. Bid Submission – Each bid must be submitted on the form(s) provided in the Proposal. The Proposal shall be enclosed in an envelope which shall be sealed and addressed to the City Clerk, City of Moorpark, 323 Science Drive, Moorpark, California 93021. In order to guard against premature opening, the Proposal shall be clearly labeled with the bid title, name of bidder, and date and time of bid opening. If proposal is delivered to the City via Express Delivery, or other priority mail service, the above information must also be included on the outside shipment envelope. Submission of One Bid Only – No individual, or business entity of any kind, shall be allowed to make or file or to be interested in more than one bid, except an alternative bid when specifically requested. However, an individual who has quoted prices on materials to a bidder submitting a Proposal is not thereby disqualified from quoting prices to other bidders submitting proposals. Bid Withdrawal – A bidder may withdraw its Proposal without prejudice prior to the time specified for the bid opening by submitting a written request to the City Clerk for its withdrawal. If this occurs, the Proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than the place stated in the Notice Inviting Bids will be considered. All bids will be opened and declared publicly. Bidders, or their representatives, are invited to be present at the opening of the bids. Bid Quotes and Unit Price Extensions – The extensions of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Bid Submission Form(s). The Bid Submission Form(s) must be totally completed. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder's intention and the total will be corrected to conform to the specified unit price. Bid Retention and Award – The City reserves the right to retain all proposals for a period of 90 days after the bid opening date for examination and comparison. The City also reserves the right to determine and waive unsubstantial irregularities in any proposal, to reject any or all proposals, to reject one part of a proposal and accept the other, except to the extent that the proposals are qualified by specific limitations, and to make award to the lowest responsible bidder as the interest of the City may require. Labor Actions – In the event that the successful bidder is experiencing a labor action at the time of the award of the bid (or if its suppliers or subcontractors are experiencing such 24 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 13 a labor action), the City reserves the right to declare said bidder is no longer the lowest responsible bidder and may accept the next acceptable low bid from a bidder that is not experiencing a labor action and declare it to be the lowest responsive and responsible bidder. Contract Requirement – The bidder to whom award is made, or notice of intent is given, shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to the address given in the Proposal or within ten (10) calendar days after receipt by bidder of oral communication of the intent to award, whichever occurs first. The Contract shall be made in the form adopted by the City and incorporated in these specifications. The bidder warrants that bidder possesses, or has arranged through subcontracts, all capital and other equipment, labor and materials to carry out and complete the work hereunder in compliance with all Federal, State, County, City and Special District Laws, Ordinances, and Regulations which are applicable; and further, bidder shall comply with all Federal, State, County, City and Special District Laws, Ordinances, and Regulations which are applicable. Failure to Accept Contract – If upon notification of intent to award the bid by the City, the bidder fails to enter into the Contract within the specified time period, the pending award will be cancelled. Any bid security will be forfeited in accordance with these Bid Terms and Conditions if a bidder's bond or security is required. An award may be made to the next lowest responsible bidder who shall fulfill every term and condition of the bid. Business Registration – The City's Business Registration Ordinance requires that a Business Registration Receipt be obtained before any business, trade, profession, enterprise, establishment, occupation, or calling is conducted within the City. Additional information regarding the City's Business Registration program may be obtained by calling (805) 517-6200. Faithful Performance Bond Requirement – The bidder to whom the Contract is awarded (Contractor) shall execute the Contract and furnish a surety bond in the amount of 100% of the Contract bid price guaranteeing the faithful performance of the Contract. The bond shall remain in force for a period of one year after the date of recordation of Notice of Completion by City. The bond shall be sufficient and duly executed by a surety admitted to do business in the State of California. Material Suppliers and Laborer Bond Requirement – The Contractor shall furnish a surety bond by an admitted surety in the amount of 100% of the Contract bid price to secure the payment of claims for materials and labor provided by others in performing the work. The 25 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 14 bond shall be sufficient and duly executed by a surety admitted to do business in the State of California. Antitrust Claims – In accordance with Section 4552 of the Government Code, in submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act [Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code], arising from purchases of goods, materials or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. This assignment shall be made and become effective at the time the awarding body tenders final payment to the bidder without further acknowledgment by the parties. Bid Rigging – The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. Prevailing Wages and Minority Group Skill Upgrade and Employment – Bidders are hereby notified that pursuant to the provisions of the California Labor Code, the California Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which this work is to be performed for each craft, classification, or type of worker needed to execute the Contract. Such wage scale is set forth at length in a Schedule of Prevailing Rates of Wages that is on file at the California Department of Industrial Relations and is available at: https://www.dir.ca.gov/OPRL/DPreWageDetermination.htm The published prevailing wage rates that the Contractor shall pay are hereby incorporated in and made a part these Bid Terms and Conditions. The bidder, to whom the Contract is awarded, shall assist in locating, qualifying, hiring, and increasing the skills of minority group employees and applicants for employment, as set forth in Executive Orders 11246 and 11375. 26 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 15 The California Department of Industrial Relations current wage rates shall apply for this project. The wage rate for any classification not listed by the California Department of Industrial Relations, but which may be required to execute the Contract, shall be in accord with specified rates for similar or comparable classifications or for those performing similar or comparable duties, within the Agencies’ determinations. Public Records Act – All information contained in the Proposal, and the Proposal itself, is public information once opened, unless it is bona fide trade secret information and is labeled as such. Any California Public Records Act request for information labeled as a trade secret shall be forwarded to the bidder for legal defense. Failure on the part of the bidder to promptly defend against any such request or action shall be deemed an unqualified waiver of the confidentiality of all trade secret information in the Proposal. Recycled Purchase Requirement – Bidders are hereby notified that pursuant to the provisions of Sections 22150 – 22154 of the California Pubic Contract Code, the City is required to purchase recycled products, as defined in Section 12200 of the same Code, if the product fitness and quality are equal to the non-recycled product and available at the same or a lesser total cost than non-recycled items. Bidders shall offer products and prices to the City that meets these requirements. Accuracy of Specifications – The specifications and the plans for this project are believed by the City to be accurate and to contain neither misrepresentation nor any concealment of any material fact. Bidders are cautioned to undertake an independent analysis of any test results in the specifications, as the City does not guarantee the accuracy of its interpretation of test results contained in the bid package. In preparing its proposal, bidder and all subcontractors named in bidder's proposal shall bear sole responsibility for bid preparation errors resulting from any misstatements or omissions in the plans and specifications, which could have been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of bidder to inquire prior to bid submission. Failure to so inquire shall cause any such ambiguity or defect to be construed against the bidder and/or waiver of any defect by the bidder. An ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming reasonable skill, ability, and diligence on bidder's part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in writing of bid specifications or plans defects or ambiguities prior to bid submission shall waive any right to assert said defects or ambiguities subsequent to submission of the bid. 27 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 16 To the extent that these specifications constitute Performance Specifications, the City shall not be liable for costs incurred by the successful bidder to achieve the project's objective or standard beyond the amounts provided therefore in the bid. In the event that, after awarding the bid, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or over any other matter whatsoever, Contractor shall immediately notify City in writing and Contractor and all subcontractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of Contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. 28 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 17 CITY OF MOORPARK DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION BID PROPOSAL FOR HIGH STREET IMPROVEMENT PROJECT CAPITAL IMPROVEMENT PROJECT NO. C0009 SPECIFICATION NO. MPK 24-01 CONTRACTOR NAME: _________________________________ SUBMIT PAGES 17 THROUGH 44 FULLY EXECUTED WITH THIS PROPOSAL 29 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 18 LIST OF DOCUMENTS TO BE SUBMITTED WITH PROPOSAL FOR HIGH STREET IMPROVEMENT PROJECT Bid Proposal Cover Page .............................................................................. Page 17 List of Documents to be Submitted with Proposal .......................................... Page 18 Proposal Sheet ............................................................................................... Page 19 Instructions for Signing Proposal, Bonds, and Contract ................................. Page 20 Contractor’s Proposal Statement ................................................................... Page 21 Proposed Schedule of Work and Prices ......................................................... Page 23 Bidder’s Bond to Accompany Proposal .......................................................... Page 30 Form to Accompany Bid Bond ........................................................................ Page 31 Statement of Bidder’s Qualifications and References .................................... Page 32 Statement of Bidder’s Past Contract Disqualifications.................................... Page 34 Questionnaire Regarding Subcontractors ...................................................... Page 35 Bidder’s Statement of Subcontractors and Material Fabricators .................... Page 36 Non-Collusion Affidavit ................................................................................... Page 38 Equal Employment Opportunity Certification .................................................. Page 39 Public Contract Code Statement .................................................................... Page 40 Industrial Safety Record Form ........................................................................ Page 42 Compliance with Environmental, Health, and Safety Standards .................... Page 43 Addenda Acknowledgement Form ................................................................. Page 44 30 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 19 DEPARTMENT OF PUBLIC WORKS PROPOSAL FOR HIGH STREET IMPROVEMENT PROJECT Specification No.: MPK 24-01 Bids to be received on: TBD, 2025, at 3:00 p.m. Completion Time: 120 Consecutive Working Days after Receipt of Notice to Proceed Liquidated Damages: $1,000 per Calendar Day Number of Pages in Proposal: 28 CONTRACTOR Name Street Address City State Zip Code Telephone Number Fax Number Email The bid shall be balanced so that each bid item is priced to carry its share of the cost of the work and also its share of the contractor’s overhead and profit. The City reserves the right to delete any bid item to the extent that the bid is qualified by specific limitation. An unbalanced bid shall be considered as grounds for rejecting the entire bid. 31 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 20 INSTRUCTIONS FOR SIGNING PROPOSAL, BONDS AND CONTRACT Corporations a) Give name of Corporation. b) Signatures: President or Vice-president and Secretary or Assistant Secretary. c) Affix corporate seal and notary's acknowledgment. d) Others may sign for the corporation if the City has been furnished a certified copy of a resolution of the corporate board of directors authorizing them to do so. Partnerships a) Signatures: All members of partnership. One may sign if City has a copy of authorization. b) Affix notary's acknowledgment. Joint Ventures a) Give the names of the joint ventures. b) Signatures: All joint ventures. One may sign if City has a copy of authorization. c) Affix notary's acknowledgment. Individuals a) Signature: The individual. b) Affix notary's acknowledgment. c) Another may sign for the individual if the City has been furnished a notarized power-of-attorney authorizing the other person to sign. Fictitious Names a) Show fictitious names. b) Satisfy all pertinent requirements shown above. Bonds a) In addition to all pertinent requirements above, give signature of Attorney-in- fact and apply surety's seal and provide address and telephone number of said surety. PLEASE ADHERE TO THE APPLICABLE SIGNING INSTRUCTIONS. ALL BLANKS IN THE BID PROPOSAL MUST BE APPROPRIATELY RESPONSDED TO. IF AN ANSWER OR RESPONSE IS NOT APPLICABLE, PLEASE RESPOND WITH “N/A.” FAILURE TO DO SO MAY RENDER A BID AS NON-RESPONSIVE AND BE THE BASIS FOR REJECTING AN ENTIRE PROPOSAL. 32 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 21 CONTRACTOR'S PROPOSAL STATEMENT FOR HIGH STREET IMPROVEMENT PROJECT City of Moorpark Moorpark, California 93021 Pursuant to the foregoing Notice Inviting Bids, the undersigned declares that he/she has carefully examined the location of the proposed work, that he/she has examined the Plans and Specifications and read the accompanying instructions to bidders, and hereby proposes to furnish all materials and to do all the work required to complete such work in accordance with such Plans and Specifications for the prices set forth in this Proposal. The undersigned has carefully checked all the figures in this Proposal and understands that City will not be responsible for any error or omission on the part of the undersigned in preparing this bid nor will City release the undersigned on account of such error or omission. The undersigned swears or affirms under penalty of perjury that the information regarding the Contractor's License is true and correct. The undersigned further agrees that in case of default in executing the required Contract within the applicable ten (10) calendar days or thereafter failing to provide the necessary bonds, within ten (10) calendar days after the contract has been fully executed, the proceeds of check or bond accompanying the bid shall become the property of the City of Moorpark. Licensed in accordance with an act providing for the registration of Contractor’s License No. ________________ Class ____________ Expiration Date DIR Registration No. Expiration Date 33 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 22 Names of Co-Partners or Corporate Officers and Titles: Signature of Bidder Title Signature of Bidder Title Name of Contractor or Firm Date of Submittal , 2025 Telephone No. (____) Address Doing Business as Individual/Partnership/Corporation State of Incorporation (Corporate Seal) Federal Tax Identification Number: ALL SIGNATURES MUST BE NOTARIZED (ATTACH OR AFFIX EXECUTED ACKNOWLEDGEMENT FORM AND CORPORATE SEAL) 34 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 23 PROPOSED SCHEDULE OF WORK AND PRICES FOR HIGH STREET IMPROVEMENT PROJECT Item No. Payment Ref. Item Description Quantity Unit Unit Price Amount 1 902-3 Mobilization, Bonds and Insurance 1 LS 2 903-8 Traffic Control 1 LS 3 904-3 Construction Survey 1 LS 4 905-2 Stormwater Pollution Control 1 LS 5 906-3 Clearing and Grubbing 1 LS 6 906-3 Sawcut Existing Pavement to Full Depth 2,000 LF 7 906-3 Remove Asphalt Concrete 15,000 SF 8 906-3 Remove P.C.C. Improvements 12,000 SF 9 906-3 Remove Brick Hardscape 200 SF 10 906-3 Remove Storm Drain Lateral and Seal with Concrete Plug 2 EA 11 906-3 Remove Concrete-Filled Metal Bollard 6 EA 12 906-3 Remove Traffic Sign Post, Salvage Sign 6 EA 13 913-5 Construct 4'' P.C.C. Sidewalk 2,800 SF 14 913-5 Construct Brick Walkway 8,000 SF 15 913-5 Construct P.C.C. Cross Gutter 830 SF 16 913-5 4'' P.C.C. Curb 250 LF 17 913-5 6'' P.C.C. Curb 300 LF 18 913-5 4'' P.C.C. Curb and 18" Gutter 150 LF 35 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 24 19 913-5 6'' P.C.C. Curb and 18" Gutter 300 LF 20 913-5 8'' P.C.C. Curb and 18" Gutter 150 LF 21 913-5 6'' P.C.C. Parking Area 4,000 SF 22 913-5 P.C.C. Curb Ramps 16 EA 23 911-4 Class B, PG 64- 10 Hot Mix Asphalt 220 TON 24 912-4 0.2' ARHM GG-C Overlay 750 TON 25 926-5 Type II Polymer Modified Emulsion Slurry Seal 60,000 SF 26 911-4 Class II Crushed Aggregate Base 600 TON 27 908-6 Variable Depth Cold Plane (0.2' to 0.8') 18,000 SF 28 908-6 Cold Plane (0.2' Depth) 18,000 SF 29 908-6 Micromill Asphalt Surface 60,000 SF 30 909-5 Digout Asphalt Pavement 2,000 SF 31 914-3 Adjust County Storm Drain Manhole to Grade 4 EA 32 914-3 Adjust City Storm Drain Manhole to Grade 1 EA 33 914-3 Adjust Sewer Manhole to Grade 2 EA 34 914-3 Adjust Gas Valve to Grade 1 EA 35 914-3 Adjust Water Valve to Grade 9 EA 36 914-3 Remove Abandoned Water Valve 1 EA 37 914-3 Adjust Water Meter Box to Grade 13 EA 38 1000-14 Relocate Fire Hydrant 2 EA 39 1000-14 Replace Water Service 1 EA 40 1000-14 Install Irrigation Water Service 1 EA 36 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 25 41 914-3 Adjust Electrical Pullbox To Grade 6 EA 42 914-3 Adjust Communication Pullbox To Grade 2 EA 43 914-3 Adjust Communication Manhole to Grade 1 EA 44 914-3 Adjust SCE Vault to Grade 1 EA 45 917-4 Curb Opening Catch Basin and Local Gutter Depression 2 EA 46 917-4 Case 3 RCP Pipe Connection 1 EA 47 917-4 18'' RCP Storm Drain Pipe 40 LF 48 917-4 Concrete Collar 2 EA 49 917-4 Parkway Drain (S=1’) 1 EA 50 917-4 Parkway Drain (S=6’) 1 EA 51 922-2 Remove, Salvage and Reset Bike Rack 1 EA 52 922-2 Remove, Salvage and Reset Trash/Recycle Receptacles 2 EA 53 922-2 Remove, Salvage and Reset Outdoor Dining Metal Posts and Railing 1 LS 54 925-2 Type E Traffic Loop 10 EA 55 925-2 Bike Loop 1 EA 56 924-2 Rectangular Rapid Flashing Beacon (RRFB) System, Complete 2 EA 57 916-7 Detail 38 8” White Solid Paint Stripe with Reflective Markers 150 LF 58 916-7 Detail 38A 8” White Solid Paint Stripe 450 LF 59 916-7 Detail 39 6” White Solid Paint Stripe 4,200 LF 37 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 26 60 916-7 Detail 39A 6” White Dashed Paint Stripe 750 LF 61 916-7 Detail 22 Double 6” Yellow Solid Centerline with Reflective Markers 2,150 LF 62 916-7 Thermoplastic 24” White Continental Crosswalk 1,150 SF 63 916-7 Thermoplastic Yield Line 100 SF 64 916-7 Thermoplastic Pavement Legends 450 SF 65 916-7 Furnish and Install Traffic Sign 4 EA 66 916-7 Furnish and Install Traffic Sign and Post 9 EA 67 919-4 Electrical Trenching, Conduit and Conductor (Streetlight, Irrigation Sleeves, RRFB & Communications) 1 LS 68 919-4 Electrical Receptacles 18 EA 69 919-4 Electrical Service Pedestal, Complete 1 EA 70 919-4 Communications Vault 3 EA 71 919-4 Relocate Salvaged Street Light Pole 14 EA 72 919-4 New Street Light 2 EA 73 919-4 Street Light Pullboxes 19 EA 74 921-4 36'' Box Trees 2 EA 75 921-4 1 Gal. Shrubs 220 EA 76 921-4 5 Gal. Shrubs 2,700 EA 77 921-4 Mulch/ Soil Preparation 250 YD 78 920-4 Automatic Irrigation System - Complete 3,350 SF 79 923-3 Potholing 30 EA 80 921-4 Root Barrier 1,600 LF 81 922-2 Trash/Recycle Receptacles 14 EA 38 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 27 82 922-2 Benches 6 EA 83 922-2 Bike Rack 12 EA 84 921-4 Landscape Boulders 175 TON 85 922-2 Masonry Seat Wall 55 LF 86 927-2 Release of Contract 1 LS $1 Total Amount of Bid for Schedule of Work: $ (Price in words) Contractor’s Name: ___________________________ 39 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 28 PROPOSED SCHEDULE OF WORK AND PRICES HIGH STREET IMPROVEMENT PROJECT *ADDITIONS/DEDUCTIONS Adjusted Total Bid Amount in Words: **Sales Tax Adjustment (If Applicable) * Provisions are made for the bidder to include additions or deductions in price for bid item(s) to reflect last-minute adjustments in bidder's total bid amount. The bid item for which the addition or deduction in price is made shall be listed by the bidder as indicated above. The unit price for that item (if applicable) shall be adjusted by dividing the bid quantity into the new total amount as determined after adding or subtracting the amount listed by the contractor for such item. ** Sales tax deduction entered on this line is the amount the bid is to be reduced in order to receive credit for purchases made in the City of Moorpark pursuant to Bid Terms and Conditions, Sales Tax Reimbursements. The following addenda are acknowledged: Number Date (Bidder must fill in number and date of each addendum or may enter the word “None” if appropriate.) _ _ _ _ _ _ COMINBED TOTAL BID AMOUNT $_____________ Bid Item No. New Total Addition for: ___ __ +____________ Addition for: ___ __ +____________ Addition for: ___ __ +____________ Deduction for: ___ __ -____________ Deduction for: ___ __ -____________ Deduction for: ___ __ -____________ Adjusted Total Bid Amount: $_____________ 40 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 29 QUANTITIES OF WORK: The quantities of work or material stated on the Bid Schedule(s) are estimated amounts based on field observations. The City does not expressly, nor by implication, agree that the actual quantities of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any bid item by an amount up to 25 percent without a change in the bidder’s unit price. The City shall also have the right to delete any bid item in its entirety and receive full credit in the amount shown in the Bid Schedule(s) for the deleted item or work. I make this proposed Bid Amount and certify under penalty of perjury that all the statements in this proposal that I have signed are true and correct. Contractor’s Name Signature Date Signature Date Title Title License No. _ Class ___________ Expiration Date DIR Registration No. Expiration Date ALL SIGNATURES MUST BE NOTARIZED (ATTACH OR AFFIX EXECUTED ACKNOWLEDGEMENT FORM AND CORPORATE SEAL) 41 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 30 BIDDER’S BOND TO ACCOMPANY PROPOSAL (in lieu of cash, certified or cashier’s check) KNOW ALL PERSONS BY THESE PRESENTS: That we, , as Principal, and , as Surety, acknowledge ourselves jointly and severally bound to the City of Moorpark, the obligee, for ten (10) percent of the total bid, to be paid to the City if the Proposal shall be accepted and the Principal shall fail to timely provide the City with complete DBE information as required by in the project Special Provisions, (if applicable), or fails to execute the Contract tendered by the City within the applicable time specified in the Bid Terms and Conditions, or fails to furnish either the required Faithful Performance or Labor and Material Bonds, or fails to furnish evidence of insurance as required in the Standard Specifications, then this obligation shall become due and payable, and Surety shall pay to obligee, in case suit is brought upon this bond in addition to the bond amount hereof, court costs and a reasonable attorney's fee to be fixed by the court. If the Principal executes the contract and furnishes the required bonds and evidence of insurance as provided in the contract documents, this bond shall be extinguished and released. It is hereby agreed that bid errors shall not constitute a defense to forfeiture. WITNESS our hands this day of , 2025. Principal By Title By Title Surety By Title 42 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 31 FORM TO ACCOMPANY BID BOND STATE OF CALIFORNIA ) COUNTY OF ) SS. CITY OF ) On this day of , 2025, before me, the undersigned, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared know to be the of and the same person whose name is subscribed to the within instrument as the of said and the said duly acknowledged to me that he/she subscribed the name of thereto as Surety and his/her own name as . IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in the certificate first above written. Notary Public in and for said County and State aforesaid. If certified or cashier’s check is submitted herewith, state check number and amount $ . 43 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 32 STATEMENT OF BIDDER’S QUALIFICATIONS AND REFERENCES The bidder is required to state the bidder's financial ability and a general description of similar work performed. Required Qualifications: Bidders must hold a valid State of California Contractor's License (“A”) at the time the bid is submitted to the City, and must have satisfactorily completed at least three Southern California municipal projects in the last five years of comparable size to the scope of this project. Number of years engaged in providing the work included within the scope of the specifications under the present business name: Number of years your organization has been in business under its present business name: Under what other names has your organization operated? If your organization is a corporation, please answer the following:  Date of Incorporation:  State of Incorporation:  Corporate ID Number:  President’s Name: If your organization is a partnership, please answer the following:  Date of Organization:  Type of Partnership (if applicable):  Partner Name:  Partner Name: If your organization is individually owned, please answer the following:  Date of Organization:  Owner Name: List and describe fully the last three contracts performed by your firm which demonstrate your ability to complete the work included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. 44 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 33 Reference No. 1 Customer Name: Contact Individual: Phone No. Address: Contract Amount: Year: Scope of Work: Reference No. 2 Customer Name: Contact Individual: Phone No. Address: Contract Amount: Year: Scope of Work: Reference No. 3 Customer Name: Contact Individual: Phone No. Address: Contract Amount: Year: Scope of Work: THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL STATEMENT SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE STATEMENTS AND CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL. 45 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 34 STATEMENT OF BIDDER’S PAST CONTRACT DISQUALIFICATIONS Pursuant to Section 10162 of the Public Contract Code the bidder shall state whether such bidder, any officer or employee of such bidder who has a proprietary interest in such bidder has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a Federal, State, or local government project because of a violation of law or a safety regulation; and if so, explain the circumstances. 1. Do you have any disqualifications, removals, etc., as described in the above paragraph to declare? Yes _______ No _______ 2. If Yes, explain the circumstances. ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ _________________________ THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL STATEMENT SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE STATEMENTS AND CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL. 46 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 35 QUESTIONNAIRE REGARDING SUBCONTRACTORS Bidder shall answer the following questions and submit with the proposal. 1. Were bid depository or registry services used in obtaining subcontractor bid figures in order to compute your bid? Yes( ) No ( ) 2. If the answer to No. 1 is “Yes”, please forward a copy of the rules of each bid depository you used with this questionnaire. 3. Did you have any source of subcontractors’ bids other than bid depositories? Yes ( ) No ( ) 4. Has any person or group threatened you with subcontractor boycotts, union boycotts or other sanctions to attempt to convince you to use the services or abide by the rules of one or more bid depositories? Yes ( ) No ( ) 5. If the answer to No. 4 is “Yes”, please explain the following details: (a) Date: (b) Name of person or group: (c) Job involved (if applicable): (d) Nature of threats: (e) Additional comments: (Use additional paper if necessary) THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL STATEMENT SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE STATEMENTS AND CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL. 47 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 36 BIDDER’S STATEMENT AND LIST OF SUBCONTRATORS AND MATERIAL FABRICATORS Without exception, the bidder is required to state the name and address of each subcontractor and the portion of the work which each will do as required by Section 3-3, “Subcontractors”, of the Standard Specifications and in conformance with Public Contracts Code, Sections 4100 to 4113, inclusive. Without limiting the generality of the foregoing, any contractor making a bid or offer to perform the work, shall set forth in the Proposal: (a) The name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater; and (b) The portion of the work which will be done by each subcontractor. The prime contractor shall list only one subcontractor for each portion. The undersigned submits herewith a list of subcontractors in conformance with the foregoing (attach additional sheets, if necessary): Licensed Subcontractor Name & Address License No. & Class DIR No. Item No. of Work or Trade to be Used Estimated Amount ($) 48 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 37 BIDDER’S STATEMENT OF SUBCONTRATORS AND MATERIAL FABRICATORS (Continued) Contractor’s Name Signature Date Signature Date Title Title License No. _ Class __________ Expiration Date DIR Registration No. Expiration Date ALL SIGNATURES MUST BE NOTARIZED (ATTACH OR AFFIX EXECUTED ACKNOWLEDGEMENT FORM AND CORPORATE SEAL) 49 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 38 NON-COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY of MOORPARK DEPARTMENT OF PUBLIC WORKS. In accordance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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. Note: The above Non-collusion Affidavit is part of the Proposal. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE PROPOSAL STATEMENT SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THIS NON- COLLUSION AFFIDAVIT. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 50 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 39 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder hereby certifies that the bidder and proposed subcontractor(s) (if any), have _____, or have/has not ___ , participated in a previous contract or subcontract subject to the Equal Opportunity Clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, the bidder has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President’s Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts, which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL STATEMENT SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL. 51 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 40 PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has ___ , has not ___ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _____ No _____ If the answer is yes, explain the circumstances in the following space: 52 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 41 Public Contract Code 10232 Statement In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE PROPOSAL STATEMENT SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THIS NON- COLLUSION AFFIDAVIT. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 53 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 42 INDUSTRIAL SAFETY RECORD FORM Bidder’s Name: _______________________________________ Current Year of Record 2024 2023 2022 2021 2020 Total Number of Contracts Total Dollar Amount of Contracts ($1,000s) Number of Fatalities Number of Lost Workday Cases Number of Lost Workday Cases Involving Permanent Transfer to Another Job, Termination of Employment The above information was compiled from the records that are available at this time and that the information is true and accurate within the limitations of those records. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL STATEMENT SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE STATEMENTS CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL. 54 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 43 COMPLIANCE WITH ENVIRONMENTAL, HEALTH AND SAFETY STANDARDS The Safe Drinking Water and Toxic Enforcement Act of 1986 (Proposition 65) prohibits employers from knowingly discharging or releasing a chemical known to the State of California to cause concern, birth defects or other reproductive harm into water or onto land where such chemical passes or, in all probability, will pass into any source of drinking water. Notwithstanding any provision in this Act exempting Contractor, Contractor hereby agrees to comply with all provisions of the Act relating to the discharge of hazardous chemicals on the job site. Contractor fully agrees that Contractor, Contractor’s employees, and subcontractors shall not discharge such chemicals on the job site which will result in the discharge of such chemicals, and shall, upon completion of performance of all other duties under this contract, remove all supplies, materials and waste remaining on the job site which if exposed, could result in the discharge of such chemicals. Contractor shall be financially responsible for compliance with Proposition 65. Contractor shall also comply with state of California anti-smoking laws which, in part, prohibit smoking in the workplace and enclosed areas. Should Contractor, Contractor’s employees, or subcontractors or their employees fail to comply, within 24 hours from the time City issues and Contractor receives a written notice of non-compliance or within the time of an abatement period specified by any government agency, whichever period is shorter, City may give notice of default to Contractor, and at the City’s option, elect any and all rights or remedies set forth in this agreement. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL STATEMENT SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE STATEMENTS AND CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL. 55 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 44 ADDENDA ACKNOWLEDGMENT FORM Bidder’s Name: ____________________________________ The Bidder shall signify receipt of all Addenda here, if any: Addendum Number Date Received Signature If there are more Addenda than there is room in the chart above, attach another page acknowledging receipt of the Addenda. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL STATEMENT SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE STATEMENTS CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL. 56 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 45 CITY OF MOORPARK DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION Documents for Execution by Successful Bidder FOR HIGH STREET IMPROVEMENT PROJECT CAPITAL IMPROVEMENT PROJECT NO. C0009 SPECIFICATION NO. MPK 24-01 57 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 46 LIST OF DOCUMENTS FOR EXECUTION BY SUCCESSFUL BIDDER Typical Agreement ......................................................................................... Page 47 Bond for Faithful Performance ....................................................................... Page 67 Form to Accompany Bond for Faithful Performance....................................... Page 69 Bond for Material Suppliers and Laborers ...................................................... Page 70 Form to Accompany Bond for Material Suppliers and Laborers ..................... Page 72 Worker’s Compensation Insurance Certificate ............................................... Page 73 General Liability Special Endorsement ........................................................... Page 74 Automobile Liability Special Endorsement ..................................................... Page 75 Data Universal Numbering System (D-U-N-S) Number .................................. Page 76 58 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 47 AGREEMENT BETWEEN THE CITY OF MOORPARK AND ___________________________________________, FOR THE HIGH STREET IMPROVEMENT PROJECT, SPECIFICATION NO. MPK 24-01 THIS AGREEMENT, is made and effective as of this day of , 2025, between the City of Moorpark, a municipal corporation (“City”) and , a (“Contractor”). In consideration of the mutual covenants and conditions set forth herein, the parties agree as follows: WHEREAS, City has the need for construction services related to ; and WHEREAS, Contractor specializes in providing such services and has the proper work experience, certifications, and background to carry out the duties involved; and WHEREAS, the City Council of the City at a meeting held on the day of , 2024, authorized the City Manager to enter into this Agreement after public bidding in accordance with California Public Code Section 20160, et seq. NOW, THEREFORE, in consideration of the mutual covenants, benefits, and premises herein stated, the parties hereto agree as follows: 1. TERM The term of the Agreement shall be from the date of execution to completion of the work identified in the Scope of Services and in conformance with Exhibit B, unless this Agreement is terminated or suspended as referred to herein. 2. SCOPE OF SERVICES City does hereby retain Contractor in a contractual capacity to provide construction services related to , as set forth in Exhibit B: Contractor’s Bid Proposal, dated , which exhibit is attached hereto and incorporated herein by this reference as though set forth in full and hereinafter referred to as the “Proposal” and as set forth in Exhibit B, which include (i) Standard Specifications; (ii) Special Provisions; (iii) Workers’ Compensation Insurance Certificate (Labor Code 1860 and 1861); (iv) Payment and Performance Bonds; and (v) Insurance Certificate for General Liability and Automobile Liability, attached hereto and incorporated herein by this reference as though set forth in full and hereinafter referred to as Exhibit A. Where said Scope of Services is modified by this Agreement, or in the event there is a conflict between the provisions of said Scope of Services and this Agreement, the language contained in this Agreement shall take precedence. Contractor shall perform the tasks described and set forth in Exhibit B and Exhibit , both of which are attached hereto and incorporated herein by this reference as 59 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 48 though set forth in full. Contractor shall complete the tasks according to the schedule of performance which is also set forth in Exhibit B. Compensation for the services to be performed by Contractor shall be in accordance with Exhibit B, attached hereto and incorporated herein by this reference as though set forth in full. Compensation shall not exceed the rates or total value of dollars ($ ) as stated in Exhibit B, without the written authorization of the City Manager. Payment by City to Contractor shall be as referred to in this Agreement. City and Contractor acknowledge that this project is a public work to which prevailing wages apply. Contractor agrees to comply with and be bound by all the terms, rules and regulations described in (a) Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, including without limitation Labor Code Section 1771 and (b) the rules and regulations established by the Director of Industrial Relations implementing such statutes, as though set forth in full herein, including any applicable amendments made thereto during the term of this Agreement. For every subcontractor who will perform work on this project, Contractor shall be responsible for subcontractor’s compliance with (a) and (b), and Contractor shall take all necessary actions to ensure subcontractor’s compliance. 3. PERFORMANCE Contractor shall, at all times, faithfully, competently, and to the best of Contractor’s ability, experience, and talent, perform all tasks described herein. Contractor shall employ, at a minimum, generally accepted standards and practices utilized by persons engaged in providing similar services as are required of Contractor hereunder in meeting its obligations under this Agreement. 4. MANAGEMENT The individual directly responsible for Contractor’s overall performance of the Agreement provisions herein above set forth and to serve as principal liaison between City and Contractor shall be , and no other individual may be substituted without the prior written approval of the City Manager. The City’s contact person in charge of administration of this Agreement, and to serve as principal liaison between Contractor and City, shall be the City Manager or the City Manager’s designee. 5. PAYMENT The City agrees to pay Contractor monthly, in accordance with the terms and the schedule of payment as set forth in Exhibit , attached hereto and incorporated herein by this reference as though set forth in full, based upon actual time spent on the above tasks. This amount shall not exceed dollars ($ ) for the total term of the Agreement, unless additional payment is approved as provided in this Agreement. 60 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 49 Contractor shall not be compensated for any services rendered in connection with its performance of this Agreement, which are in addition to those set forth herein, unless such additional services are authorized in advance and in writing by the City Manager. Contractor shall be compensated for any additional services in the amounts and in the manner as agreed to by City Manager and Contractor at the time City’s written authorization is given to Contractor for the performance of said services. The City Manager, if authorized by City Council, may approve additional work not to exceed ten percent (10%) of the amount of the Agreement. Contractor shall submit invoices monthly for actual services performed. Invoices shall be submitted on or about the first business day of each month, or as soon thereafter as practical, for services provided in the previous month. Payment shall be made within thirty (30) days of receipt of each invoice as to all non-disputed fees. If the City disputes any of Contractor’s fees, it shall give written notice to Contractor within thirty (30) days of receipt of any disputed fees set forth on the invoice. Contractor shall provide appropriate documentation, as determined by the City, for all reimbursable expenses. 6. TERMINATION OR SUSPENSION WITHOUT CAUSE The City may at any time, for any reason, with or without cause, suspend, or terminate this Agreement, or any portions hereof, by serving upon the Contractor at least ten (10) days prior written notice. Upon receipt of said notice, the Contractor shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. The Contractor may terminate this Agreement only by providing City with written notice no less than thirty (30) days in advance of such termination. In the event of such termination, Contractor shall be compensated for such services up to the date of termination. Such compensation for work in progress shall be prorated as to the percentage of progress completed at the date of termination. If the City Manager, or the City Manager’s designee, determines that the Contractor is in default in the performance of any of the terms or conditions of this Agreement, the City may proceed in the manner set forth in Section 6-4 of the Greenbook. 7. DEFAULT OF CONTRACTOR The Contractor’s failure to comply with the provisions of this Agreement shall constitute a default. In the event that Contractor is in default for cause under the terms of this Agreement, City shall have no obligation or duty to continue compensating Contractor for any work performed after the date of default and can terminate this Agreement immediately by written notice to the Contractor. If such failure by the Contractor to make progress in the performance of work hereunder arises out of causes beyond the 61 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 50 Contractor’s control, and without fault or negligence of the Contractor, it shall not be considered a default. If the City Manager, or the City Manager’s designee, determines that the Contractor is in default in the performance of any of the terms or conditions of this Agreement, he/she shall cause to be served upon the Contractor a written notice of the default. The Contractor shall have five (5) working days after service upon it of said notice in which to cure the default by rendering a satisfactory performance. In the event that the Contractor fails to cure its default within such period of time, the City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice to any other remedy to which it may be entitled at law, in equity or under this Agreement. 8. LIQUIDATED DAMAGES If the Contractor fails to complete the work, or any portion thereof, within the time period required by this Agreement or as duly extended in writing by the City Manager, Contractor shall forfeit and pay to the City, as liquidated damages, the sum of one thousand dollars ($1,000) per day for each calendar day the work, or portion thereof, remains uncompleted after the above specified completion date. Liquidated damages shall be deducted from any payments due or to become due to the Contractor under the terms of this Agreement [Government Code Sec. 53069.85]. Progress payments made by the City after the above specified completion date shall not constitute a waiver of liquidated damages by the City. 9. OWNERSHIP OF DOCUMENTS Contractor shall maintain complete and accurate records with respect to sales, costs, expenses, receipts, and other such information required by City that relate to the performance of services under this Agreement. Contractor shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. Contractor shall provide free access to the representatives of City or its designees at reasonable times to such books and records; shall give the City the right to examine and audit said books and records; shall permit City to make transcripts therefrom as necessary; and shall allow inspection of all work, data, documents, proceedings, and activities related to this Agreement. Notification of audit shall be provided at least thirty (30) days before any such audit is conducted. Such records, together with supporting documents, shall be maintained for a period of ten (10) years after receipt of final payment. Upon completion of, or in the event of termination or suspension of this Agreement, all original documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared in the course of providing the services to be performed pursuant to this Agreement shall become the sole property of the City and may be used, reused, or otherwise disposed of by the City without the permission of the Contractor. 62 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 51 With respect to computer files, Contractor shall make available to the City, at the Contractor’s office and upon reasonable written request by the City, the necessary computer software and hardware for purposes of accessing, compiling, transferring, and printing computer files. 10. INDEMNIFICATION AND HOLD HARMLESS Contractor hereby assumes liability for and agrees to defend (at Indemnitees’ option), indemnify, protect, and hold harmless City and its Project Contractors, and engineers, officers, agents, and employees (“Indemnitees”) from and against any and all claims, charges, damages, demands, actions, proceedings, losses, stop notices, costs, expenses (including attorneys’ fees), judgments, civil fines and penalties, liabilities of any kind or nature whatsoever, which may be sustained or suffered by or secured against the Indemnitees arising out of or encountered in connection with this Agreement or the performance of the work including, but not limited to, death of or bodily injury to persons or damage to property, including property owned by or under the care and custody of City, and for civil fines and penalties, that may arise from or be caused, in whole or in part, by any negligent or other act or omission of Contractor, its officers, agents, employees, or subcontractors including but not limited to, liability arising from: a) Any dangerous, hazardous, unsafe, or defective condition of, in or on the premises, of any nature whatsoever, which may exist by reason of any act, omission, neglect, or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors; b) Any operation conducted upon or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors under or pursuant to the provisions of this Agreement or otherwise; c) Any act, omission, or negligence of Contractor, its officers, agents, employees, or subcontractors; d) Any failure of Contractor, its officers, agents, or employees to comply with any of the terms or conditions of this Agreement or any applicable federal, state, regional, or municipal law, ordinance, rule or regulation; and e) The conditions, operations, uses, occupations, acts, omissions, or negligence referred to in Subsections a, b, c, and d, existing or conducted upon or arising from the use or occupation by Contractor on any other premises in the care, custody and control of City. The Contractor also agrees to indemnify City and pay for all damage or loss suffered by City including but not limited to damage to or loss of City property, to the extent not insured by City and loss of City revenue from any source, caused by or arising out of the conditions, operations, uses, occupations, acts, omissions or negligence referred to in Subsections a, b, c, d, and e. 63 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 52 Contractor’s obligations under this Section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of City under any provision of this Agreement, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City’s active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this Section from each and every subcontractor or any other person or entity involved by, for, with, or on behalf of Contractor in the performance of this Agreement. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this Section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns, or heirs of Contractor and shall survive the termination of this Agreement or Section. This Indemnity shall survive termination of the Agreement or Final Payment hereunder. This Indemnity is in addition to any other rights or remedies that the Indemnitees may have under the law or under any other Contract Documents or Agreements. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain, or apply any monies to the Contractor under this Agreement for the purpose of resolving such claims; provided, however, City may release such funds if the Contractor provides City with reasonable assurance of protection of the Indemnitees’ interests. City shall, in its sole discretion, determine whether such assurances are reasonable. 11. INSURANCE Contractor shall maintain, prior to the beginning of and for the duration of this Agreement, insurance coverage as specified in Exhibit A attached hereto and incorporated herein by this reference as though set forth in full. 12. INDEPENDENT CONTRACTOR Contractor is and shall at all times remain as to the City a wholly independent Contractor. The personnel performing the services under this Agreement, on behalf of 64 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 53 Contractor, shall at all times be under Contractor’s exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Contractor or any of Contractor’s officers, employees, or agents, except as set forth in this Agreement. Contractor shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any manner officers, employees, or agents of the City. Contractor shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. No employee benefits shall be available to Contractor in connection with the performance of this Agreement. Except for the fees paid to Contractor as provided in the Agreement, City shall not pay salaries, wages, or other compensation to Contractor for performing services hereunder for City. City shall not be liable for compensation or indemnification to Contractor for injury or sickness arising out of performing services hereunder. 13. LEGAL RESPONSIBILITIES The Contractor shall keep itself informed of local, state, and federal laws and regulations which in any manner affect those employed by it or in any way affect the performance of its service pursuant to this Agreement. The Contractor shall at all times observe and comply with all such laws and regulations. The City, and its officers and employees, shall not be liable at law or in equity occasioned by failure of the Contractor to comply with this Section. 14. ANTI DISCRIMINATION Neither the Contractor, nor any subcontractor under the Contractor, shall discriminate in employment of persons upon the work because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or gender of such person, except as provided in Section 12940 of the Government Code. The Contractor shall have responsibility for compliance with this Section [Labor Code Section 1735]. 15. UNDUE INFLUENCE Contractor declares and warrants that no undue influence or pressure is used against or in concert with any officer or employee of the City in connection with the award, terms, or implementation of this Agreement, including any method of coercion, confidential financial arrangement, or financial inducement. No officer or employee of the City will receive compensation, directly or indirectly from Contractor, or any officer, employee, or agent of Contractor, in connection with the award of this Agreement or any work to be conducted as a result of this Agreement. Violation of this Section shall be a material breach of this Agreement entitling the City to any and all remedies at law or in equity. 65 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 54 16. NO BENEFIT TO ARISE TO LOCAL EMPLOYEES No member, officer, or employee of the City, or their designees or agents, and no public official who exercises authority over or responsibilities with respect to the Project during his/her tenure or for one (1) year thereafter, shall have any interest, direct or indirect, in any agreement or sub-agreement, or the proceeds thereof, for work to be performed in connection with the Project performed under this Agreement. 17. CONFLICT OF INTEREST Contractor covenants that neither they nor any officer or principal of their firm have any interests, nor shall they acquire any interest, directly or indirectly, which will conflict in any manner or degree with the performance of their services hereunder. Contractor further covenants that in the performance of this Agreement, they shall employ no person having such interest as an officer, employee, agent, or subcontractor. Contractor further covenants that Contractor has not contracted with nor is performing any services directly or indirectly, with the developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public agency(ies) owning property and/or processing an entitlement application for property in the City or its Area of Interest, now or within the past one (1) year, and further covenants and agrees that Contractor and/or its subcontractors shall provide no service or enter into any contract with any developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public agency(ies) owning property and/or processing an entitlement application for property in the City or its Area of Interest, while under contract with the City and for a one (1) year time period following termination of this Agreement. 18. NOTICE Any notice to be given pursuant to this Agreement shall be in writing, and all such notices and any other document to be delivered shall be delivered by personal service or by deposit in the United States mail, certified or registered, return receipt requested, with postage prepaid, and addressed to the party for whom intended as follows: To: City Manager City of Moorpark 799 Moorpark Avenue Moorpark, California 93021 To: Either party may, from time to time, by written notice to the other, designate a different address or contact person, which shall be substituted for the one above specified. Notices, payments and other documents shall be deemed delivered upon 66 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 55 receipt by personal service or as of the third (3rd) day after deposit in the United States mail. 19. CHANGE IN NAME Should a change be contemplated in the name or nature of the Contractor’s legal entity, the Contractor shall first notify the City in order that proper steps may be taken to have the change reflected in the Agreement documents. 20. ASSIGNMENT Contractor shall not assign this Agreement or any of the rights, duties, or obligations hereunder. It is understood and acknowledged by the parties that Contractor is uniquely qualified to perform the services provided for in this Agreement. 21. LICENSES At all times during the term of this Agreement, Contractor shall have in full force and effect, all licenses required of it by law for the performance of the services in this Agreement. 22. VENUE AND GOVERNING LAW This Agreement is made, entered into, and executed in Ventura County, California, and any action filed in any court or for arbitration for the interpretation, enforcement or other action of the terms, conditions, or covenants referred to herein shall be filed in the applicable court in Ventura County, California. The City and Contractor understand and agree that the laws of the State of California shall govern the rights, obligations, duties, and liabilities of the parties to this Agreement and also govern the interpretation of this Agreement. 23. ENTIRE AGREEMENT This Agreement contains the entire understanding between the parties relating to the obligations of the parties described in this Agreement. All prior or contemporaneous agreements, understandings, representations, and statements, oral or written, are merged into this Agreement and shall be of no further force or effect. Each party is entering into this Agreement based solely upon the representations set forth herein and upon each party’s own independent investigation of any and all facts such party deems material. 24. CAPTIONS OR HEADINGS The captions and headings of the various Articles, Paragraphs, Sections, and Exhibits of this Agreement are for convenience and identification only and shall not be 67 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 56 deemed to limit or define the content of the respective Articles, Paragraphs, Sections, and Exhibits hereof. 25. AMENDMENTS Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by both parties to this Agreement. 26. TIME OF COMPLETION City and Contractor agree that time is of the essence in this Agreement. City and Contractor further agree that Contractor’s failure to perform on or at the times set forth in this Agreement will damage and injure City, but the extent of such damage and injury is difficult or speculative to ascertain. Consequently, City and Contractor agree that any failure to perform by Contractor at or within the times set forth herein shall result in liquidated damages as defined in this Agreement for each and every day such performance is late. City and Contractor agree that such sum is reasonable and fair. Furthermore, City and Contractor agree that this Agreement is subject to Government Code Section 53069.85 and that each party hereto is familiar with and understands the obligations of said Section of the Government Code. 27. PRECEDENCE Contractor is bound by the contents of City’s Bid Package and Proposal, Exhibit B attached hereto and incorporated herein by this reference as though set forth in full. In the event of conflict, the requirements of the City’s Bid Package and this Agreement shall take precedence over those contained in the Proposal. 28. INTERPRETATION OF AGREEMENT Should interpretation of this Agreement, or any portion thereof, be necessary, it is deemed that this Agreement was prepared by the parties jointly and equally, and shall not be interpreted against either party on the ground that the party prepared the Agreement or caused it to be prepared. 29. WAIVER No waiver of any provision of this Agreement shall be deemed, or shall constitute, a waiver of any other provision, whether or not similar, nor shall any such waiver constitute a continuing or subsequent waiver of the same provision. No waiver shall be binding unless executed in writing by the party making the waiver. 30. AUTHORITY TO EXECUTE The person, or persons, executing this Agreement on behalf of the Contractor warrants and represents that he/she has the authority to execute this Agreement on 68 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 57 behalf of the Contractor and has the authority to bind Contractor to the performance of obligations hereunder. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year first above written. CITY OF MOORPARK By: __________________________ By:__________________________ Troy Brown, City Manager Title: Attest: _____________________________ Ky Spangler, City Clerk 69 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 58 EXHIBIT A INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, it will be amended to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this Agreement and which is applicable to a given loss, will be available to the City. Contractor shall provide the following types and amounts of insurance: 1. Commercial General Liability Commercial General Liability Insurance shall be provided by an Insurance Services Office “Commercial General Liability” policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits shall be no less than $5,000,000 per occurrence for all covered losses and no less than $10,000,000 general aggregate. Contractor’s policy shall contain no endorsements limiting coverage beyond the basic policy coverage grant for any of the following: a. Explosion, collapse or underground hazard (XCU) b. Products and completed operations c. Pollution liability d. Contractual liability Coverage shall be applicable to City for injury to employees of contractors, subcontractors, or others involved in the project. Policy shall be endorsed to provide a separate limit applicable to this project. 2. Workers’ Compensation Workers’ Compensation insurance shall be provided on a state-approved policy form providing statutory benefits as required by law with employers’ liability limits no less than $1,000,000 per accident for all covered losses. 70 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 59 3. Business Auto Coverage Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 06 92 including symbol 1 (Any Auto) or the exact equivalent shall be provided. Limits shall be no less than $1,000,000 per accident, combined single limit. If Contractor owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Contractor or Contractor’s employees will use personal autos in any way on this project, Contract shall provide evidence of personal auto liability coverage for each such person. 4. Excess or Umbrella Liability Excess or Umbrella Liability insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Coverage shall be provided on a “pay on behalf” basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of contractor, subcontractors, or others involved in the Work. The scope of coverage provided is subject to the approval of city following receipt of proof of insurance as required herein. Limits are subject to review. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with A.M. Best rating of A- or better and a minimum financial size of VII. Contractor and City agrees as follows: 1. Contractor agrees to endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees, agents, using standard ISO endorsement No. CG 2010 with an edition date of 1985. Contractor also agrees to require all contractors, subcontractors, and anyone else involved in any way with the project contemplated by this Agreement to do likewise. 2. Any waiver of subrogation express or implied on the part of the City to any party involved in this Agreement or related documents applies only to the extent of insurance proceeds actually paid. City, having required that it be named as an additional insured to all insurance coverage required herein, expressly retains the right to subrogate against any party for sums not paid by insurance. For its part, Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors, subcontractors, or others involved in any way with the project contemplated by this Agreement to do likewise. 3. All insurance coverage maintained or procured by Contractor or required of others by Contractor pursuant to this Agreement shall be endorsed to delete the subrogation condition as to the city, or to specifically allow Contractor or others 71 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 60 providing insurance herein to waive subrogation prior to a loss. This endorsement shall be obtained regardless of existing policy wording that may appear to allow such waivers. 4. It is agreed by Contractor and City that insurance provided pursuant to these requirements is not intended by any party to be limited to providing coverage for the vicarious liability of City, or to the supervisory role, if any, of City. All insurance coverage provided pursuant to this or any other Agreement (express or implied) in any way relating to City is intended to apply to the full extent of the policies involved. Nothing referred to here or contained in any agreement involving City in relation to the project contemplated by this Agreement is intended to be construed to limit the application of insurance coverage in any way. 5. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 6. All coverage types and limits required are subject to approval, modification, and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discover period) that may affect City’s protection without City’s prior written consent. 7. Proof of compliance with these insurance requirements, consisting of binders of coverage, or endorsements, or certificates of insurance, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of insurance is not delivered as required, or in the event such insurance is canceled or reduced at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other Agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Contractor agrees to endorse, and to required others to endorse, the insurance provided pursuant to these requirements, to require 30 days notice to City and the appropriate tender prior to cancellation or reduction of such liability coverage and notice of any material alteration or non-renewal of any such coverage, and to require contractors, subcontractors, and any other party in any way involved with the project contemplated by this Agreement to do likewise. 9. It is acknowledged by the parties of this Agreement that all insurance coverage required to be provided by Contractor or any subcontractor, and any other party involved with the project who is brought onto or involved in the project by Contractor, is intended to apply first and on a primary non-contributing basis in relation to any other insurance or self-insurance available to the City. 72 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 61 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this Agreement. Contractor agrees that upon request, all agreements with subcontractors and others engaged in this project will be submitted to City for review. 11. Contractor agrees that all layers of third party liability coverage required herein, primary, umbrella and excess, will have the same starting and expiration date. Contractor agrees further that all other third party coverages required herein will likewise have concurrent starting and ending dates. 12. Contractor agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, architect, engineer, or other entity or person in any way involved in the performance of Work on the project contemplated by this Agreement to self-insure its obligations to City. If Contractor’s existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 13. The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contractor 90 days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 14. For purposes of applying insurance coverage only, all contracts pertaining to the project will be deemed to be executed when finalized and any activity commences in furtherance of performance under this Agreement. 15. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 16. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuance to this Agreement. This obligation applies whether or not the Agreement is canceled or terminated for any reason. The insurance shall include but not be limited to products and completed operations and discontinued operations, where 73 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 62 applicable. Termination of this obligation is not effective until City executes a written statement to that effect. 17. Contractor agrees to waive its statutory immunity under any workers’ compensation statute or similar statute, in relation to the City, and to require all subcontractors and any other person or entity involved in the project contemplated by this Agreement to do likewise. 18. Requirements of specific coverage features are not intended as limitations on other requirements or as a waiver of any coverage normally provided by any given policy. 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. 19. Any provision in any of the construction documents dealing with the insurance coverage provided pursuant to these requirements, is subordinate to and superseded by the requirements contained herein. These insurance requirements are intended to be separate and distinct from any other provision in this Agreement and are intended by the parties to be interpreted as such. 20. All liability coverage provided according to these requirements must be endorsed to provide a separate aggregate limit for the project that is the subject of this Agreement and evidencing products and completed operations coverage for not less than two years after issuance of a final certificate of occupancy by all appropriate government agencies or acceptance of the completed work by City. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to change City or Contractor for the cost of additional insurance coverage required by this Agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 22. Contractor agrees to obtain and provide to City a copy of Professional Liability coverage for Architects or Engineers on this project through Contractor. City shall determine the liability limit. 74 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 63 EXHIBIT B PUBLIC CONTRACT CODE SECTION 9204 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. 75 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 64 (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. 76 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 65 (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties’ dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. 77 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 66 (i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. (Added by Stats. 2016, Ch. 810, Sec. 1. (AB 626) Effective January 1, 2017. Repealed as of January 1, 2020, by its own provisions.) 78 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 67 BOND FOR FAITHFUL PERFORMANCE BOND NO. KNOW ALL PERSONS BY THESE PRESENTS: That we, hereinafter referred to as “Contractor” as principal, and hereinafter referred to as “Surety,” are held and firmly bound unto the City of Moorpark, California, hereinafter referred to as “City”, or “Obligee” in the sum of _________________________ dollars ($_________ ), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. This condition of the foregoing obligation is such that: WHEREAS, said Contractor has been awarded and is about to enter into the annexed Contract with the City of Moorpark, California, for the construction of the High Street Improvement Project, and is required by said City to give this bond in connection with the execution of said Contract. NOW, THEREFORE, if said Contractor shall well and truly do and perform all the covenants and obligations of said Contract to be done and performed at the time and in the manner specified herein, then this obligation shall be null and void one year after date of recordation of Notice of Completion by City of the completed work; otherwise it shall be and remain in full force and effect, and Surety shall cause the Contract to be fully performed or to pay to obligee the cost of performing said Contract in an amount not exceeding the said sum above specified, and shall also, in case suit is brought upon this bond, pay to obligee court costs and a reasonable attorney’s fee, to be fixed by the court. 79 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 68 BOND FOR FAITHFUL PERFORMANCE (cont’d) IT IS FUTHER PROVIDED, that any alterations in the work to be done or the material to be furnished shall not in any way release the Contractor or the Surety there under, nor shall any extension of time granted under the provisions of the Contract release either the Contractor of the Surety; and notice of such alterations or extensions of the Contract is hereby waived by the Surety. WITNESS our hands this day of , 2025. Contractor By Title By Title Surety By 80 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 69 FORM TO ACCOMPANY BOND FOR FAITHFUL PERFORMANCE STATE OF CALIFORNIA ) COUNTY OF ) SS. CITY OF ) On this day of , 2025, before me, the undersigned, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared , Personally known to be (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument; and know to be the of and the same person whose name is subscribed to the within instrument as the of said and the said duly acknowledged to me that he/she subscribed the name of thereto as Surety and his/her own name as . IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in the certificate first above written. Notary Public in and for said County and State aforesaid. 81 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 70 BOND FOR MATERIAL SUPPLIERS AND LABORERS KNOW ALL PERSONS BY THESE PRESENTS: That we, hereinafter referred to as “Contractor” as principal, and hereinafter referred to as “Surety,” are held and firmly bound unto the City of Moorpark, California, hereinafter referred to as “City”, or “Obligee” in the sum of dollars ($ ), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. The Condition of the foregoing obligation is such that: WHEREAS, said Contractor has been awarded and is about to enter into the annexed Contract with the City, for the construction of High Street Improvement Project, and is required by City to give this bond in connection with the execution of said Contract. NOW, THEREFORE, if the said principal as Contractor in said Contract or subcontractors, fails to pay for any materials, provisions, or its other supplies, or items, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, said Surety will pay for the same in an amount not exceeding the sum specified above, and also, in case suit is brought upon this bond, a reasonable attorney’s fee to be fixed by the court. This bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California. 82 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 71 BOND FOR MATERIAL SUPPLIERS AND LABORERS IT IS FURTHER PROVIDED, that any alterations in the work to be done or the material to be furnished, which may be made pursuant to the terms of said Contract shall not in any way release either the Contractor or the Surety there under, nor shall any extensions of time granted under the provisions of said Contract release either the Contractor or the Surety; and notice of such alterations or extensions of the Contract is hereby waived by the Surety. WITNESS our hands this day of , 2025. Contractor By Title By Title Surety 83 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 72 FORM TO ACCOMPANY BOND FOR MATERIAL SUPPLIERS AND LABORERS STATE OF CALIFORNIA ) COUNTY OF ) SS. CITY OF ) On this day of , 2025, before me, the undersigned, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared , Personally known to be (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument; and know to be the of and the same person whose name is subscribed to the within instrument as the of said and the said duly acknowledged to me that he/she subscribed the name of thereto as Surety and his/her own name as . IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in the certificate first above written. Notary Public in and for said County and State aforesaid. 84 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 73 WORKER’S COMPENSATION INSURANCE CERTIFICATE Section 1860 and 1861 of the California Labor Code require every contractor to whom a public works contract is awarded to sign and file with the awarding body the following statement: “I am aware of the Provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Worker’s Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract.” By Date: Title By Date: Title 85 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 74 INSURANCE CERTIFICATE FOR GENERAL LIABILITY Use Standard Accord Form 86 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 75 INSURANCE CERTIFICATE FOR AUTOMOBILE LIABILITY Use Standard Accord Form 87 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 76 CITY OF MOORPARK DATA UNIVERSAL NUMBERING SYSTEM (D-U-N-S) NUMBER Submit this form with the Executed Contract. If you fail to submit your D-U-N-S Number, the City will not approve the contract CONTRACT NUMBER: MPK 24-01 CONTRACTOR NAME: __________________________________________________ BUSINESS ADDRESS (D-U-N-S Number Location): STREET: ______________________________________________________________ CITY: _________________________________________________________________ STATE: _______________________________________________________________ ZIP CODE: ____________________________________________________________ D-U-N-S Number: _______________________ Contact Name: ________________________________________________________ Telephone No: ________________________________________________________ 88 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 77 CITY OF MOORPARK DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION STANDARD SPECIFICATIONS FOR HIGH STREET IMPROVEMENT PROJECT CAPITAL IMPROVEMENT PROJECT NO. C0009 SPECIFICATION NO. MPK 24-01 89 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 78 CITY OF MOORPARK DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION STANDARD SPECIFICATIONS 0-1 STANDARD SPECIFICATIONS Except as hereinafter provided, the provisions of the latest edition of the Standard Specifications for Public Works Construction (SSPWC), and all supplements thereto, prepared and promulgated by the Greenbook Committee of Public Works Standards Inc., formerly the Southern California Chapter of the American Public Works Association and the Associated General Contractors of America, and the following modifications thereto are established as the Standard Specifications for the City. They will be referred to in the Special Provisions as the “Standard Specifications.” SECTION 1 – GENERAL 1-2 TERMS AND DEFINITIONS 1-2.1 Additional Definitions Acceptance – The formal written acceptance by the City of the completed project. Agency/City – City of Moorpark. Approved Equal – or words of the like refer to a material which has been approved by the City Engineer as similar and equal in all respects and acceptable for use in lieu of the particular materials as specified herein. No “approved equal” material shall be used in any of the work unless to use same is first obtained in writing from the City Engineer. The City reserves the right to reject any and all materials, either before or after installation that are not as specified or approved by the City Engineer in writing. In all cases where propriety articles are specified, it is the intent of these specifications to permit the use of approved equals, unless specifically prohibited. Requests for “approved equal” status for proposed substitutions shall be submitted within fifteen (15) days after the award of the Contract. Such requests shall include substantiating data and the proposed credit to the Contract price for the use of such substitution, should it be approved. Approved, Required, Directed – or words of similar import, refer to and indicate that the work or materials shall be “approved”, “required” or “directed” by the City of Moorpark or its duly authorized representative. Bid – That document included in the Proposal setting forth the performance prices for the work. City Council – The body constituting the awarding authority of the City. 90 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 79 Department – Public Works Department, City of Moorpark. Due Notice – A written notification, given in due time, of a proposed action where such notification is required by the Contract to be given a specified interval of time (usually 48-hours or two working days) prior to the commencement of the contemplated action. Notifications may be from City to Contractor or from Contractor to City. Engineer – The City Engineer of the City of Moorpark. Laboratory - Any laboratory of a public agency or any recognized commercial testing laboratory approved by the City. Prompt – The briefest interval of time required for a considered reply, including the time required for approval by a governing body. Proposal – Includes all those documents which must be submitted by bidder in order to be awarded the Contract. 1-3 ABBREVIATIONS 1-3.3.1 Institutions AAN American Association of Nurserymen ACI American Concrete Institute AGC Associated General Contractors of America AISC American Institute of Steel Construction APCD Air Pollution Control District APWA American Public Works Association ASA American Standards Association ASME American Society of Mechanical Engineers ASTM American Society of Testing and Materials CAL-OSHA California Occupational Safety & Health Administration CALTRANS California Department of Transportation CITY City of Moorpark CRSI Concrete Reinforcing Steel Institute DISTRICT Ventura County Waterworks District No. 1 IEEE Institute of Electric and Electronic Engineer NEC National Electrical Code NFPA National Fire Protection Association RSRPD Rancho Simi Recreation and Parks District SSPWC Standard Specifications for Public Works Construction, latest edition, prepared by the Greenbook Committee of Public Works Standards, Inc., formerly the Southern California Chapters of ACG and APWA 91 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 80 SSS State of California, Department of Transportation, Standard Specifications, latest edition VCTC Ventura County Transportation Commission VCWPD Ventura County Watershed Protection District SECTION 2 – SCOPE OF THE WORK 2-2 PERMITS 2-2.1 City Encroachment Permit A City Encroachment Permit is required to work within public right-of-way and will be issued at no cost to the Contractor. 2-2.2 Other Encroachment Permits When work occurs in the right-of-way of other entities, the Contractor shall obtain and pay, as required, for an encroachment permit from that entity. SECTION 3 – CONTROL OF THE WORK 3-1 CONTRACT ASSIGNMENT The bidder shall not in whole or in part, assign, transfer, convey, or otherwise dispose of the Contract, or its right, title or interest, or its power to execute such a Contract to any individual or business entity of any kind without the previous written consent of the City. 3-7 CONTRACT DOCUMENTS 3-7.1.1 Accuracy of Specifications The specifications and the plans for this project are believed by the City to be accurate and to contain neither misrepresentation nor any concealment of any material fact. Bidders are cautioned to undertake an independent analysis of any materials, test data and results, if any, in the specifications. City does not guarantee the accuracy of any interpretations of test data and results contained in the specifications. Bidder and all subcontractors named in the Proposal shall bear sole responsibility for bid errors resulting from misstatements or omissions in the plans and specifications which would have been ascertained by examining either the project site or the test data and results, if any, in the City’s possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of the bidder to inquire prior to bid submission. Failure to so inquire shall cause any such ambiguity to be construed against the bidder and/or a waiver of any defect by the bidder. 92 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 81 An ambiguity or defect shall be considered patent if it is of such a nature that the bidder assuming reasonable skill, ability, and diligence, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in writing of bid specifications or plans defects or ambiguities prior to bid submission shall waive any right to assert said defects or ambiguities subsequent to submission of the bid. To the extent that these specifications continue performance specifications, the City shall not be liable for costs incurred by the successful bidder to achieve the project’s objective or standard beyond the amounts provided therefore in the bid. In the event that any dispute arises after awarding the bid as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or over any other matter whatsoever, Contractor shall immediately notify City in writing. Contractor and all subcontractors shall continue to perform whether or not the ambiguity or defect is major, material, minor and trivial and whether or not a change order, time extension, or additional compensation has been granted by the City. Failure to provide such written notice within one working day of Contractor becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. 3-8 SUBMITTALS 3-8.7 Bidders Required to Make Investigations Bidders are required to make their own investigations and their own estimates of the site. It is not intended nor to be inferred that the specifications are or constitute any representation of warranty, express or implied, by the City of Moorpark or any officer or employee, thereof, that any conditions which may seem to be indicated by the specifications actually exist or are to be relied upon either with reference to site or subsoil conditions, the presence or absence of groundwater, or otherwise. The bidder to whom this Contract is awarded covenants and agrees by execution of Contract that the specifications do not constitute any warranty or representation, express or implied, respecting actual conditions which will be encountered by the Contractor in performance of the Contract and that the Contractor cannot and does not rely thereon and shall not be relieved of liability under the Contract. Neither the City nor any officer or employee thereof shall be liable to the Contractor as a result of any difference or variance between conditions suggested or seemingly indicated by the specifications of the work or otherwise. It is the overriding purpose and intent of the parties that the Contractor assumes all risks in connection with performance of the work in accordance with the contract documents regardless of any such difference or variance. The Contractor forever and irrevocably waives, relinquishes and releases any claims, rights, demands, damages, actions and 93 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 82 causes of action in connection therewith against the City of Moorpark and its officers and employees. 3-8.8 Additional Investigations Required Prior to bid submittal, the Contractor must perform an independent site investigation and by the bid represents that the Contractor has accomplished and is satisfied as to the result of the investigation required under these Bid Terms and Conditions. In addition thereto, the Contractor has investigated all other general and local conditions pertaining to the work to be performed, the site of the work and adjacent and nearby areas, including, but not limited to, those relating to transportation, the disposal, handling and storage of materials, availability of labor, water, electrical power, road and uncertainties of weather, all other physical conditions at and near the site of the work to be performed by the Contractor, including the conformation and conditions of the ground, and the character of equipment and facilities needed prior to and during prosecution of the work. The bidder to whom this Contract is awarded covenants and agrees by execution of the Contract that the Contractor neither has nor shall have any claim, demand, action or cause of action against the City of Moorpark, or any officer or employee thereof, on account of or in respect to any such conditions, whether or not the same are ascertained or known by the Contractor. It is the sole responsibility of the Contractor to estimate properly the difficulties to be encountered in providing necessary labor, quantities of material, and the cost of successfully performing the Contractors work in conformity with the contract documents. Neither the City of Moorpark nor any officer or employee thereof shall be responsible to the Contractor, nor shall any claim, demand, action or cause or action exist or arise in favor of the Contractor, on account of any oral statement or alleged representation made by the City of Moorpark, or any officer or employee thereof, in respect to any of the foregoing matters. 3-12 WORK SITE MAINTENANCE 3-12.2.1 Additional Air Pollution Control Requirement The Contractor shall comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970 (42 U.S.C. 7401 et. seq.) as amended. The Contractor shall comply with Ventura County Air Pollution Control District Rule 55, Fugitive Dust (see Appendix D). Violations will be reported to the appropriate authorities. 3-12.3.1 Noise Control Requirements The Contractor shall comply with all local sound control and noise level rules, regulations, and ordinances, which apply to any work performed pursuant to the Contract. 94 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 83 Each internal combustion engine used for any purpose on the job, or related to the job, shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without such muffler. The noise level from the Contractor's operations, between the hours of 9:00 p.m. and 7:00 a.m., shall not exceed a maximum of 50 dba at a distance of 50 feet from the source. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating the noise level. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefore. 3-13 COMPLETION, ACCEPTANCE, AND WARRANTY 3-13.1.1 No Waiver of Legal Rights The City shall not be precluded or be stopped by any measurement, estimate, or certificate made either before or after the completion and acceptance of the Work and payment therefore from showing the true amount and character of the work performed and materials furnished by the Contractor, nor from showing that any such measurement, estimate, or certificate is untrue or is incorrectly made, nor that the work or materials do not in fact conform to the Contract. The City shall not be precluded or stopped, notwithstanding any such measurement, estimate, or certificate and payment in accordance therewith, from recovering from the Contractor or Surety, or both, for such damage as it may sustain by reason of the Contractor's failure to comply with the terms of the Contract. Neither the acceptance by the Engineer or by the Engineer's representative nor any payment for or acceptance of the whole or any part of the Work, nor any extension of time, nor any possession taken by the Engineer shall operate as a waiver of any portion of the Contract or of any power herein reserved or of any right to damages. A waiver of any breach of the Contract shall not be held to be a continuing waiver or a waiver of any other or subsequent breach. 95 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 84 3-13.2.1 Non-Complying Work Neither the final payment nor any provision in the Contract Documents, nor partial or entire occupancy of the premises by the City, nor recordation of Notice of Completion by City shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. SECTION 5 – LEGAL RELATIONS AND RESPONSIBILITIES 5-3 LABOR 5-3.2.1 Labor Laws Labor Code Concerning Forfeiture for Worker Required to Work Excess Hours As provided in Section 1810 of the Labor Code, eight (8) hours shall constitute a legal day's work, and as required by Section 1813 of the Labor Code, the Contractor shall, as a penalty, forfeit to the City twenty-five dollars ($25.00) for each worker employed in the execution of the Contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day or 40 hours in any one calendar week. Exception: Pursuant to Labor Code Section 1815, work performed by employees of the Contractor and subcontractors in excess of eight (8) hours per day or 40 hours during any one week shall be permitted upon compensation for all hours worked in excess of eight (8) hours per day at not less than 1 1/2 times the basic rate of pay. Labor Code Concerning Forfeiture for Paying Less than Prevailing Wage Rate The Contractor shall comply with all updates of the prevailing wage rates pursuant to Section 1775 of the Labor Code. In accordance with Section 1775 and subsequent amendments of the Labor Code, the Contractor shall forfeit as a penalty to the City of Moorpark, not more than $50.00 for each calendar day or portion thereof, for each worker paid less than the stipulated prevailing rates for such work or craft in which such worker is employed for any work done under the Contract by the Contractor or by any subcontractor in violation of the provisions of said resolution. In addition to said penalty and pursuant to the said Section 1775 and subsequent amendments, the difference between the stipulated prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the stipulated prevailing wage rate shall be paid to each worker by the Contractor. Any sums forfeited under the provisions of this section will be deducted from the payments under this Contract by the City of Moorpark. Attention is directed to Section 1735 of the Labor Code, which reads as follows: 96 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 85 Neither the Contractor, nor any subcontractor under the Contractor, shall discriminate in employment of persons upon the work because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status of such person; or any other basis protected by applicable federal, state, or local law, except as provided in Section 12940 of the Government Code. The Contractor shall have responsibility for compliance with this Section, if applicable [Labor Code Section 1735]. Attention is directed to Sections 1101 and 1102 of the Labor Code which prohibit discrimination in employment based on sexual orientation, except as provided in Section 1102.1 of the Labor Code. Attention is also directed to the requirements of the California Fair Employment and Housing Act (Government Code Sections 12900 through 12996 - Stat. 1980, Chapter 992), to the regulations promulgated by the Fair Employment and Housing Commission to implement said Act, and to the nondiscrimination, affirmative action and equal employment opportunity requirements of these Specifications. The Contractor or subcontractor shall comply with the Copeland "Anti-Kick Back" Act (18 U.S.C. 874) as supplemented in the Department of Labor regulations (29 CFR, Part 3). This act provides that each contractor or subcontractor shall not induce, by any means, any person employed in the construction, completion, or repair of public works, to give up any part of the compensation due that person. Any suspected or reported violation will be reported to the appropriate Federal Agency for proper action. Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor. The Contractor shall comply with the General Prevailing Wage determination made by the Director of Industrial Relations, pursuant to California Labor Code, Division 2, Part 7, Chapter 1, Article 2. Section 1777.5 requires the Contractor and subcontractors employing tradesmen in any apprentice-able occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which committee administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the hourly non-overtime ratio of apprentices to journeymen that will be used in the performance of the Contract; except for Land Surveyors in which case the ratio shall be not less than one apprentice for each five journeyman. The hourly non-overtime ratio of apprentices to journeymen in such cases shall not be less than one to five, if practicable, except: a) When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate; or 97 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 86 b) When the number of apprentices in training in the area exceeds a ratio of one to five; or c) When the trade can show that it is replacing at least 1/30th of its membership through apprenticeship training on an annual basis state-wide or locally; or d) If assignment of an apprentice to any work performed under a public works contract would create a condition which would jeopardize his/her life or the life, safety or property of fellow employees or the public at large, or if the specific task to which the apprentice is to be assigned is of such a nature that training cannot be provided by a journeyman; or e) Contracts of general contractors or specialty contractors not bidding for work through a general or prime contractor when the contracts involve less than thirty-thousand dollars ($30,000) or twenty (20) working days. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade on the Contract and if subcontractors on the public works site are making such contributions. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 5-3.3.1 Payroll Documentation The Contractor's attention is directed to the following provisions of Labor Code Section 1776. The Contractor shall be responsible for compliance with these provisions, including compliance by subcontractors. (a) Each Contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, and straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in connection with the public work. (b) The payroll records required under subsection (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or authorized representative on request. 98 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 87 (2) A certified copy of all payroll records required in subsection (a) shall be made available for inspection or furnished upon request to a representative of the City, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records required in subsection (a) or copies thereof shall be made available upon request to the public for inspection. However, a request by the public shall be made through either the City, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph (2), the requesting party shall, prior to being provided the records, reimburse the Contractor, subcontractor, or the entity through which the request was made the costs of preparation of the requested documents. The public shall not be given access to such records at the principal office of the Contractor. (c) The certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or shall contain the sample information as the forms provided by the Division. (d) Each Contractor shall file a certified copy of the records required in subsection (a) with the entity that requested such records within 10 days after receipt of a written request. (e) Any copy of records made available for inspection and furnished upon request to the public or any public agency by the City, the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address and social security number. The name and address of the Contractor awarded the Contract or performing the Contract shall not be marked or obliterated. (f) The Contractor shall inform the City of the location of the records required under subsection (a), including the street address, city and county, and shall, within five working days, provide the City a notice of a change of location and address. (g) In the event of noncompliance with the requirements of this section, the Contractor shall have ten (10) calendar days in which to comply with this section. Should noncompliance still exist after such 10-day period, the Contractor shall, as a penalty to the state or political subdivision on whose behalf the Contract is made or awarded, forfeit twenty-five dollars ($25) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. 99 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 88 5-8 RECYCLING OF MATERIALS Subsection 5-8 is hereby added to the Standard Specifications. Construction and Demolition Ordinance The City of Moorpark has adopted a Construction and Demolition (C&D) ordinance requiring all demolition and city-sponsored projects, regardless of cost; new construction projects valued over $500,000; or renovation projects valued over $100,000 to divert a minimum of 65% of material generated during the project from disposal in a landfill (through reuse or recycling). The City has created a Construction and Demolition Materials Management Plan (C&DMMP) form to assist applicants to meet these diversion requirements. You will be required to submit a Diversion Security Deposit of 3% of the project valuation to the City to ensure compliance with the ordinance. The deposit will be returned upon verification that you met the 65% diversion requirement. Also, a one-time fee for staff time associated with processing your C&D plan will be charged. You have two options to meet this requirement. You may use the City’s franchised hauler (Waste Management) who can provide temporary bins and will dispose of your waste at a City authorized facility. Or you may self-haul your waste to a city authorized certified C&D processing facility. If you self-haul your waste you must use proper hauling vehicles and bins owned by your company and those vehicles must be driven by your employees. Please remember that because this project is a prevailing wage project, the driver of the self-haul vehicle will need to be paid a prevailing wage rate for driving the C&D materials to the authorized facility. You will need to submit itemized weigh tickets from each facility documenting your C&D recycling and disposal that indicates the weight and type of material recycled or disposed. These weigh tickets will need to be turned in to the Solid Waste Division and verified prior to final payment release for the job and refund of your C&D diversion security deposit. If diversion requirements are not met, the City will retain the deposit. Please contact the Solid Waste Division at 805-517-6241 with questions about the C&D ordinance or about how to obtain the forms and documentation requirements. SECTION 6 – PROSECUTION AND PROGRESS OF THE WORK 6-4 DELAYS AND EXTENSIONS OF TIME 6-4.1.1 Work Delays If the Contractor is obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City or by strikes, fire, earthquake, or any other act of God, or by the inability to obtain materials, equipment, or labor due to Federal Government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Contractor. 100 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 89 6-6 SUSPENSION OF THE WORK 6-6.3 Temporary Suspension of Work If suspension of work is ordered by reason of the failure of the Contractor to carry out orders or to perform any provisions of the Contract, or by reason of weather conditions being unsuitable for performing any items of work at Contractor's expense, shall do all the work necessary to provide a safe, smooth, and unobstructed passageway through construction for use by public traffic during the period of such suspension. In the event that the Contractor fails to perform the work above specified, the City will perform such work and the cost thereof will be deducted from monies due or to become due the Contractor. If the Engineer orders a suspension of all of the work or a portion of the work, due to unsuitable weather or to such other conditions as are considered unfavorable to the suitable prosecution of the work, the days on which the suspension is in effect shall not be considered working days. If a portion of work at the time of such suspension is not a current controlling operation or operations, but subsequently does become the current controlling operation or operations, the determination of working days will be made on the basis of the then current controlling operation or operations. If a suspension of work is ordered by the Engineer due to the failure on the part of the Contractor to carry out orders given or to perform any provision of the Contract, the days on which the suspension order is in effect shall be considered working days if such days are working days. SECTION 7 – MEASUREMENT AND PAYMENT 7-3 PAYMENT 7-3.1.1 Final Payment All measurements and payments shall be in accordance with the provisions of Section 7 of the SSPWC, "Measurement and Payment." The items of work for the project are shown in the Proposal and consist of unit price and lump sum items for payment. It is the intent of these specifications that the cost of all work shown or specified on the plans, but not specifically included in a unit price or lump sum item, shall be considered as being included in the amounts bid for the various items in the Proposal. 7-6 TERMINATION OF CITY LIABILITY Prior to receiving final payment, the Contractor shall execute a "Release on Contract" form which shall operate as, and shall be, a release of the City, the City Council and each 101 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 90 member of the Council and their agents, from all claims and liability to the Contractor for anything done or furnished for, or relating to, the work or for any act of neglect of the City or of any person relating to or affecting the work, except the claim against the City for the remainder, if there be any, of the amounts kept or retained as provided in sub-section 9- 3.2 of the SSPWC "Partial and Final Payment", and except for any unsettled claims listed on said form which have been filed in compliance with the requirements for making claims. A payment of $1.00 will be made to the Contractor for executing this document. 7-7 AFFIDAVIT OF PAYMENT Another requirement prior to receiving the final payment is that the Contractor shall file with the City Engineer the completed attached affidavit sworn to before a Notary Public stating that all workers and persons employed, all firms supplying materials and all subcontractors upon the project, have been paid in full, and that there are no bills outstanding against the project for either labor or materials except certain items, if any, to be set forth in such affidavit, covering disputed claims or items in connection with which Notices to Withhold have been filed under the provisions of the Code of Civil Procedure. The filing of such notarized affidavit by the Contractor is required before the City makes final payment on the Contract. SECTION 402 – UTILITIES 402-7 UTILITY/AGENCIES TELEPHONE CONTACT LIST CITY ENGINEER (805) 517-6255 MED TRANS AMBULANCE (805) 495-4666 CITY POLICE DEPARTMENT (805) 532-2700 CALIFORNIA HIGHWAY PATROL (805) 654-4710 (4571) VENTURA COUNTY SHERIFF (805) 527-6611 & 494-8200 MOORPARK TRANSIT DIVISION (805) 517-6233 VENTURA COUNTY WATERWORKS DISTRICT NO. 1 (805) 378-3000 CALLEGUAS MUNICIPAL WATER DISTRICT (805) 526-9323 TIME-WARNER (805) 526-3186 PACIFIC BELL (805) 583-6640 EQUILON CORPORATION (310) 816-2053 TOSCO (805) 525-6312 UNDERGROUND SERVICE ALERT 1-800-422-4133 UNION PACIFIC RAILROAD CO. (800) 336-9193 MOORPARK UNIFIED SCHOOL DISTRICT (805) 378-6300 VENTURA COUNTY FIRE PROTECTION DISTRICT (805) 398-9738 102 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 91 SO. CALIFORNIA EDISON COMPANY (805) 494-7066 THE GAS COMPANY (800) 520-2059 SUNESYS (951) 500-0307 U.S. POST OFFICE (805) 552-0340 WASTE MANAGEMENT (805) 522-9400 SECTION 403 – MANHOLE ADJUSTMENT AND RECONSTRUCTION 403-6 SCOPE OF WORK Work shall conform to the provisions in Section 403 of the SSPWC. Manhole covers, water valve covers and grates of existing facilities will be adjusted to grade by the respective utility companies if such facilities are not included in the Contract. The Contractor shall cover grates with material suitable for preventing any paving material from passing through the grate. The Contractor shall mark the location of all existing covers by inscribing a cross in the new pavement or overlay. The cross mark shall be clear and legible after final rolling. The Contractor shall remove extraneous material from the interior and exterior of manholes, valve boxes, storm drains, gutters or other facilities. Covers which are partially exposed shall be cleaned to the satisfaction of the Engineer. Immediately prior to placing asphalt emulsion, the Contractor shall wrap all utility covers in a 3 mm plastic bag. The Contractor shall take care not to allow asphalt emulsion to run onto the covers. Diesel fuel application to the covers will not be allowed. The Contractor shall contact the respective utility companies and other agencies listed below 48 hours prior to starting any work on each road by which those companies are affected. To make sure that all utility companies are aware of the proposed work, the Contractor shall notify the Underground Service Alert Office (South USA) by calling 1-800-422-4133 at least two working days prior to the start of any resurfacing work. If the Contractor, while performing work pursuant to the Contract, discovers utility facilities not identified correctly or omitted in the Plans or Specifications by the City, the Contractor shall immediately notify the City and utility owner in writing. Payment for costs incurred in protecting utility vaults, manholes, valve boxes, removal of all USA markings, including the requirements pursuant to this section, shall be included in the prices bid for other items of work and no additional compensation will be allowed therefore. 103 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 92 CITY OF MOORPARK DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION SPECIAL PROVISIONS FOR HIGH STREET IMPROVEMENT PROJECT CAPITAL IMPROVEMENT PROJECT NO. C0009 SPECIFICATION NO. MPK 24-01 104 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 93 SECTION 900 SPECIAL CONDITIONS (Not a Bid Item) 900-1 STANDARD SPECIFICATIONS As indicated in Subsection 0-1, the Standard Specifications for Public Works Construction (SSPWC), along with the modifications thereto have been established as the Standard Specifications by the Engineering Division of the Public Works Department. These specifications will prevail as the basic Standard Specifications for this project except, as otherwise specifically noted in the Special Provisions when reference is made to the State Standard Specifications. The State Standard Specifications is that document issued by the State of California, Department of Transportation, titled Standard Specifications, 2024, referred to herein as the State Standard Specifications, or the SSS. When references have been made to the SSS, it is for the purpose of utilizing that Specifications' traffic and safety provisions as indicated elsewhere herein. Where required by these Special Provisions, work shall conform to the requirements of the SSS, except that when reference is made to other sections of the City's Standard Specifications, all references to "State" shall mean the City. The SSS measurement and payment clauses are not included. Appendices A through G, attached hereto, are considered a part of these Special Provisions. 900-2 INVESTIGATION OF SITE CONDITIONS Bidders are urged to visit the work site to conduct their own investigations as to the existing conditions affecting the Work to be accomplished under these specifications. If the bidder chooses not to visit the site or conduct investigations, the bidder will nevertheless be charged with the knowledge of conditions which reasonable inspection and investigation would have disclosed. 900-3 AWARD OF CONTRACT A construction contract will be awarded to the lowest responsive and responsible bidder for the sum total of the Schedules of Work. However, the City reserves the right to award or not to award. 900-4 START OF CONSTRUCTION 105 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 94 The Notice to Proceed will be issued upon awarding a construction contract and receipt of the necessary bonds and insurance certificates. The necessary bonds and insurance certificates shall be submitted to the City within 10 days of the award of contract. Prior to issuing the Notice to Proceed, but subsequent to receiving the submittals of Subsection 901-15, a pre-construction conference will be undertaken. The date of the Notice to Proceed constitutes the start of construction, which date will be the first chargeable working date of the contract. 900-5 TIME OF COMPLETION The Contractor shall complete the work including punch list items (if applicable) within 120 working days from the date of the written Notice to Proceed. The issuance of the Notice to Proceed constitutes the Contractor's authority to enter upon the work site and begin operations. A no fee Encroachment Permit shall be obtained by the Contractor from the City. 900-6 WORKING HOURS & WORKING DAYS Except for work at signalized intersections, and as noted elsewhere in these Special Provisions, construction working hours shall be limited to the hours between 8:30 a.m. and 4:30 p.m. Monday through Friday, unless otherwise approved by the City Engineer in writing. Lane closures at signalized intersections and within 200 feet of a signalized intersection shall be limited to the hours between 9:00 a.m. and 3:00 p.m., except as otherwise indicated in Section 903, "Traffic Control, Construction Signing and Traffic Maintenance," of these Special Provisions. Any overtime for construction survey, geotechnical/testing services, and inspection by City staff, outside of the 8:30 a.m. to 4:30 p.m. hours Monday through Friday, and any work on Saturdays, Sundays, and Holidays, shall be paid for by the Contractor, and such costs will be deducted from the progress payments to the Contractor. The City may, at its discretion, provide geotechnical/testing and inspection services on Saturdays at no cost to the Contractor. The Contractor shall provide at least forty-eight-hour notification for all overtime work requests. The following days are recognized as holidays by the City: 1. January 1st (New Year’s Day) 2. 3rd Monday in January (Martin Luther King, Jr. Day) 3. 3rd Monday in February (President’s Day) 4. Last Friday in March (Cesar Chavez Day) 5. Last Monday in May (Memorial Day) 6. July 4th (Independence Day) 7. 1st Monday in September (Labor Day) 8. November 11th (Veteran’s Day) 9. Last Thursday in November (Thanksgiving Day) 10. Last Friday in November (Day after Thanksgiving) 11. December 25th (Christmas Day) 106 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 95 When any of the above listed holidays falls on Sunday, the holiday shall be observed on the following Monday. Whenever any holiday falls on a Saturday, the holiday shall be observed on the preceding Friday. 900-7 FAILED TESTS All retesting of failed materials, field compaction tests, and standby charges for such services will be accomplished at the Contractor's expense. The cost for all retesting and standby charges will be deducted from the progress payments to the Contractor. The Contractor shall provide at least forty-eight (48) hours notification for the need of compaction and materials testing. 900-8 EXTRA WORK MARKUP (a) Work by Contractor. The following percentage shall be added to the Contractor’s costs and shall constitute the markup for all overhead and profits, and all other cost not specifically provided for: (1) Labor .............................................................. 20% (2) Materials ......................................................... 15% (3) Equipment Rental ........................................... 15% (4) Other Items and Expenditures ........................ 15% To the sum of the cost and markups provided for in this section, 1 percent shall be added as 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 900-8 (a) shall be applied to the Subcontractor’s actual cost of such work. A markup of 10% on the first $5,000 of the subcontracted portion of the extra work and a markup of 5% on work in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 900-9 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS A prime contractor or subcontractor shall pay any subcontractor not later than 10 days of receipt of each progress payment in accordance with Sections 10262 and 10262.5 of the Public Contract Code and Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The 10-days is applicable unless a longer period is agreed to in writing. Any delay or postponement of payment over 30 days may take place only for good cause and with the agency’s prior written approval. Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanctions, and other remedies of that Section. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late 107 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 96 payment or nonpayment by the contractor, deficient subcontractor performance, and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. 900-9.1 Prompt Payment of Withheld Funds to Sub-Contractors No retainage will be held by the agency from progress payments due to the prime contractor. Prime contractors and subcontractors are prohibited from holding retainage from subcontractors. Any delay or postponement of payment may take place only for good cause and with the agency’s prior written approval. Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance, and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors 900-10 MEASUREMENT AND PAYMENT No separate payment will be made for work performed or for compliance with the requirements outlined in this Section, “Special Conditions.” Full compensation for such work and features shall be considered as included in the contract unit or lump sum prices bid for other applicable items of work, and no additional compensation will be allowed therefore. 108 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 97 SECTION 901 SPECIAL CONSTRUCTION REQUIREMENTS (Not a Bid Item) 901-1 PERMITS 901-1.1 City Encroachment Permit: The Contractor is required to obtain a no-fee Encroachment Permit from the City prior to commencing any construction. 901-1.2 Ventura County Waterworks District No. 1 Construction Permit The Contractor is required to obtain a permit from Ventura County Waterworks District No. 1 prior to commencing any construction associated with public water facilities and/or improvements. Refer to Section 902. 901-2 MOBILIZATION Mobilization shall consist of preparatory work and operations including, but not limited to, those necessary for the movement of personnel, equipment, materials, supplies, and incidentals to the project sites, and for all other work operations which must be performed, or costs incurred, prior to beginning work on the various contract items on the project sites. Refer to Section 902. 901-3 CONSTRUCTION SCHEDULE AND TRAFFIC CONTROL PLAN One week prior to the Pre-Construction Conference, the Contractor shall submit to the Engineer for review: 1) a project Construction Schedule in accordance with the SSPWC Subsection 6-1, "Construction Schedule and Commencement of Work," 2) Traffic Control Plan addressing the requirements of Section 903, "Traffic Control, Construction Signing and Traffic Maintenance," 3) a Stormwater Pollution Control Plan (SWPCP) addressing the requirements of Section 905, of these Special Provisions, for the affected project sites, and 4) hauling routes of pavement materials. The Contractor's sequence and scheduling of construction shall provide for on-street parking within one hundred and fifty feet of any residence or business, unless otherwise authorized in writing by the City Engineer. Any revisions to the originally approved Construction Schedule must be approved by the Engineer, in writing, at least three working days prior to any construction. 109 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 98 901-4 CONSTRUCTION SEQUENCE The Contractor shall phase his/her construction operations such that the cold milling operation is a maximum of three working days ahead of the asphalt concrete overlay. All operations shall proceed in the direction of travel. The contractor shall submit his/her construction schedule to reflect the phasing based on providing for on-street parking within 150 feet of any residence or business, unless authorized by the City Engineer. The schedule must be approved by the Engineer in writing prior to the commencement of cold milling operations. 901-5 NOTICE TO AREA PROPERTY OWNERS/BUSINESS OWNERS/ RESIDENTS In residential and business areas, the Contractor shall give written notice to all adjacent residents and businesses as applicable at least four (4) workdays prior to restricting driveway access or starting any work. The written Notice shall be approved by the Engineer and shall be a “door hanger,” or similar, style. The Notice shall describe the impending work and shall identify dates and the stages of work. The Notice shall include a contact number for the Contractor’s on-site job superintendent. See Appendix B. Special consideration shall be given to multi-family complexes and other high density uses and businesses. Provisions shall be made for the urgent needs of property owners/business owners/residents for medical, fire, and police services. 901-6 CONSTRUCTION SURVEYING The Contractor shall provide all necessary construction surveying in accordance with the SSPWC Section 3-10, "Surveying" and Section 904, “Surveying and Construction Staking.” The Contractor shall bear all costs for restaking or remarking. The Contractor shall provide at least forty-eight hours notification for the need of survey services. The locations and limits of removal and construction of miscellaneous concrete and asphalt concrete facilities will be staked or marked by the Contractor and verified by the Engineer in the field. 901-7 COORDINATION OF WORK The Contractor shall coordinate the work with all respective utility companies for any related relocations and/or construction work. The contractor shall also coordinate the work with the U.S. Post Office at (805) 275-7777, Moorpark Unified School District at (805) 378-6300, Ventura County Fire Department at (805) 578-2980, Moorpark Police Department (805) 532-2700, and Waste Management at (805) 522-9400. 110 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 99 The Contractor shall make every effort to eliminate or minimize any impacts on U.S. Post Office, Moorpark Police Department, Ventura County Fire Department, and school traffic. The Contractor shall coordinate the work with the City’s Landscaping Inspector for temporary shutting off the irrigation systems by notifying at least two (2) full working days prior to the work. The Contractor shall coordinate the work so that placement of asphalt or slurry seal does not occur on a trash pick-up day. 901-8 REMOVAL OF MATERIALS All materials which are to be disposed of, including but not limited to, saw-cut concrete and asphalt concrete pavement, asphalt grindings, pavement fabric, miscellaneous concrete, and excess excavated earth and base material and other extraneous materials and debris, shall be removed immediately from the construction site. No overnight storage of materials or debris will be allowed in the street or surrounding areas. All surplus and extraneous materials and debris shall be disposed of by the Contractor at an approved landfill or disposal site at the Contractor's expense. 901-9 EQUIPMENT AND MATERIALS STORAGE The Contractor shall arrange and maintain a secure storage site(s) for all equipment and materials. All equipment and unused materials shall be returned to this site(s) at the end of each work day. The Contractor shall submit a route plan for the delivery of materials to both the job and storage sites at least three (3) working days before commencing work. Construction equipment, vehicles and materials shall not be placed or parked in front of or within shopping center and other business establishments. No overnight storage of materials or equipment will be allowed in the street or surrounding areas 901-10 WORK BEYOND PUBLIC RIGHT-OF-WAY Subsection 2-3, "Right-of-Way", of the SSPWC is hereby deleted, and replaced as follows: All improvements proposed to be constructed for this project, per the Plans, are physically located within the public street rights-of-way with the exception of any restoration of landscape planting and irrigation system improvements disturbed during construction and the matching of existing onsite improvements. Should the Contractor, however, require or desire temporary work areas and facilities beyond and outside of the public street rights-of-way, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, disposing, and restoring of temporary work areas and facilities. The Contractor shall indemnify and hold the City harmless from all claims for damages caused by such actions. 111 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 100 901-11 PROTECTION OF EXISTING IMPROVEMENTS During construction of the proposed improvements, extreme care shall be exercised to protect existing public and private property improvements, such as concrete and block walls, hardscape, fences, walks, brick planters, curbs, valves, asphalt, irrigation lines, landscaping, garden lights, utility meters, drainage structures, posts, signs, garden walls, mailboxes, etc., unless otherwise identified in these Special Provisions, or shown on the Plans for relocation/removal/ reconstruction by the Contractor. The protection of existing improvements in place may require shoring and/or bracing depending upon the condition of the facilities. Repair and/or replacement of any facilities damaged and/or removed by the Contractor, that is to remain, shall be at the expense of the Contractor. No markings will be allowed on existing cross-gutters, spandrels, curb/gutters, and sidewalks. All USA and other markings shall be removed by the Contractor. 901-12 DUST AND NOISE CONTROL The Contractor shall provide the means to prevent dust, grit, excessive noise and other waste products from becoming a nuisance in and around the working areas. The Contractor shall take such steps, with the approval of the Engineer, to reduce or eliminate such nuisance. The Contractor is required to control dust during the entire contract period, including holidays and weekends. If the Contractor fails to control dust in accordance with these contract specifications, the City reserves the right to hire another contractor or agency to perform such work on a "force account" basis. The total cost for performing this work will be deducted from the total price of this Contract. Refer to Appendix D for Ventura County APCD Rule 55, Fugitive Dust. 901-13 MAINTENANCE OF EXISTING DRAINAGE SYSTEM The Contractor shall maintain the existing drainage system within the streets and the adjacent, affected private property during the entire duration of the construction. This item shall include applicable erosion control. 901-14 SUBMITTALS Section 3-8, "Submittals," is hereby supplemented as follows: Submittals (as applicable) shall consist of mix design and pre-testing of asphalt concrete, asphalt rubber hot mix, aggregate base, Portland Cement Concrete, material certification for tack coat, and crack sealant. Tests will largely be performed in accordance with the City’s adopted Quality Assurance Program “QAP” (see Appendix “E”). The City will undertake plant inspections and testing of special items such as asphalt concrete and aggregate base. 112 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 101 Three weeks prior to the use of any material, the Contractor shall provide written certifications, shop drawings, and mix designs of all materials to be incorporated in the work. The Contractor shall not deliver any or use such materials prior to the approval of the Engineer in writing. 901-15 PROGRESS PAYMENTS The Contractor, or its designated representative, shall sign a monthly quantity payment sheet of completed work in order to expeditiously process monthly progress payments. 901-16 WATER FOR CONSTRUCTION Water for construction purposes, as required by these specifications, may be obtained from the Ventura County Water Works District No. 1, (805) 378-3000. The Contractor shall make all arrangements to obtain and transport the water, and shall, at his own expense, furnish and install all necessary metering, piping and fittings. All costs associated with water for construction shall be borne by the Contractor. 901-17 MEASUREMENT AND PAYMENT No separate payment will be made for any other work or other features as required and outlined in this Section, "Special Construction Requirements". Full compensation for all other work and features shall be considered as included in the contract unit or lump sum prices bid for other applicable items of work, and no additional compensation will be allowed, therefore. 113 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 102 SECTION 902 MOBILIZATION, BONDS AND INSURANCE (Bid Item No. 1) 902-1 MOBILIZATION Mobilization shall consist of preparatory work and operations including, but not limited to, those necessary for the storage and movement of personnel, equipment, materials, supplies, and incidentals to the project sites, and for all other work operations which must be performed, or costs incurred (including bonds and insurance), prior to beginning work on the various contract items on the project sites. The Contractor shall submit two copies of a video documentation, on DVD, of the jobsite prior to the start of construction, for the purpose of providing a record of existing conditions. The video shall provide a view encompassing the entire project with sufficient clarity and scope that will satisfy the Engineer. The video should include and confirm utility markings prior to excavation. The Contractor shall submit the video with a written log stating any defects or irregularities in the existing improvements along the proposed improvements and project site. The log shall include the location, date, and time the video was made. Upon acceptance by the Engineer, the video (DVD) and logs shall become the property of the City. The video shall include existing landscaping to be removed and reinstalled during construction. 902-2 PERMIT FEES The following and any other permitting and agency fees shall be included in the cost of Mobilization. 902-2.1 City Encroachment Permit The Contractor is required to obtain a no-fee Encroachment Permit from the City prior to commencing any construction within City right-of-way. 902-2.2 Ventura County Waterworks District No. 1 Construction Permit The Contractor is required to pay for and obtain a Construction Permit from Ventura County Waterworks District No. 1 prior to commencing any construction involving County facilities. The City has processed a Construction Permit application with the District and is ready for issuance. The Permit Fee and Deposit amount is $3,062.00. Refer to Appendix F for additional permit information. 114 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 103 902-3 MEASUREMENT AND PAYMENT Payment for Mobilization, Bonds, and Insurance will be made on the lump sum basis as identified within the Bid Proposal form and shall include full compensation for bonds, insurance, required permits and fees, shop drawings, project phasing, supervision, coordination of concurrent work with other contractors, meetings, “as-built” plans, cleanup of the work area, movement of personnel, equipment, supplies, and incidentals to and from the project site, and for the establishment of all other facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items of work on the project site. 75% shall be paid upon completion of mobilization and the remaining 25% shall be paid upon City acceptance of the work. No separate payment will be made for any other work or other features as required and outlined in the Section, "Special Construction Requirements". Full compensation for all other work and features shall be considered as included in the contract unit or lump sum prices bid for other applicable items of work, and no additional compensation will be allowed therefor. 115 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 104 SECTION 903 TRAFFIC CONTROL (Bid Item No. 2) 903-1 GENERAL Traffic control, construction signing and traffic maintenance shall consist of all traffic control involved in the Contractor's operations as required by these Specifications. Traffic control shall be in accordance with the most recent revision of the Caltrans "Manual of Traffic Controls for Construction and Maintenance Work Zones" and “Standard Plans” and the SSS Subsections 7-1.03, "Public Convenience," 7-1.04, "Public Safety," and Section 12, "Temporary Traffic Control." Nothing in these Specifications shall be construed as relieving the Contractor from his/her responsibility as provided in the SSS Subsection 7-1.04. All measurement and payment clauses of the SSS are hereby deleted and modified herein. 903-2 CONSTRUCTION - TRAFFIC CONTROL DEVICES Construction signing shall consist of furnishing, installing, maintaining and removing construction signs, barricades, and arrow boards in accordance with the most recent version of the Caltrans Manual of Traffic Controls and Standard Plans. The traffic control system shall be installed prior to starting work at each location and shall not be removed until all work has been completed. The Contractor shall post and maintain all necessary construction signs and flaggers. Traffic control placement and removal and associated work within the street shall take place during City-approved work hours. The Contractor, where directed and as approved by the Engineer, shall furnish and place temporary "No Parking" signs, 12 inches x 18 inches minimum size, along the affected streets, at a spacing not exceeding 50 feet. The signs shall be placed (72) hours in advance of any work. The signs shall include the day and the time during which parking will not be permitted. These signs shall be posted on laths only. Trees, mailboxes, utility posts, etc., shall not be used. The Contractor shall remove these signs immediately when they are no longer needed. The Contractor shall furnish, erect, maintain and remove when no longer necessary traffic control devices including fences and barriers, when and where it may be necessary to do so, in order to give adequate warning to the public of conditions resulting from the Contractor's operations and to guide traffic through or around the construction area. If the Contractor's operations interfere with existing traffic, and regulatory measures and traffic control devices are not adequate to safely control traffic, or if the nature of the work requires additional control, the Contractor shall provide experienced flaggers to perform the function of traffic control. While on duty, flaggers shall be properly attired and equipped. If in the opinion of the City Engineer, the Contractor fails to adequately control the flow of traffic, the City Police will be engaged to safely direct the vehicular traffic. Such added cost will be at the expense of the Contractor. In addition, if an intersection is 116 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 105 blocked causing unnecessary congestion, the Contractor may be liable for a fine of $1,000 for each incident. The Contractor shall place and maintain barricades at each end of and along an excavation, obstruction, or other restrictive condition and at distances of not more than fifty feet apart along the length thereof. In addition, flashers or other approved warning devices shall be placed at the same intervals/locations as the barricades and shall be illuminated from sunset each day until sunrise of the following day. 903-3 SPECIAL TRAFFIC ADVISORY SIGNS Project Advisory Signs The Contractor shall furnish, install and maintain “Temporary Road Construction” signs as shown in Appendix “C” for each street under construction. A total of four (4) such signs shall be placed at locations to be determined by the Engineer. These signs shall be in place seven (7) working days prior to the start of construction. The signs shall be maintained for the duration of the project. Business Entrance Advisory Signs The Contractor shall furnish, install and maintain “Temporary Business Entrance” signs as shown in Appendix “C” in the quantities appropriate for each business entrance affected by the construction and as determined by the Engineer. The Contractor shall maintain each sign, with each arrow properly oriented, until the business entrance is no longer affected by the construction. 903-4 TRAFFIC MAINTENANCE The Contractor shall provide a traffic control plan (TCP) for each phase of construction and submit it to the Engineer for approval. The TCP shall show the locations of all traffic control devices, address the movement of traffic, especially in intersections, and include the flashing of traffic signals in red by City inspection staff during paving in intersection areas. If prior approval of the City Engineer is received, standard traffic control drawings from the Caltrans Manual of Traffic Controls or Standard Plans may be substituted for engineered plans for typical locations and shall include written details regarding the street segment affected and the hours of operation. The Contractor shall cooperate with the Engineer relative to handling traffic through all work areas, and shall make his/her own arrangements relative to keeping the working area clear of parked vehicles, and in maintaining clear and continuous access to adjacent properties. The Contractor shall maintain two-way vehicular traffic at all times, unless otherwise approved by the Engineer. The Contractor shall provide for controlled pedestrian crossings through the work area. Crossings shall provide pedestrians the means of 117 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 106 passing over or through the work without tracking either tack coat or hot asphalt concrete, or endangering pedestrian safety. Throughout the life of the project, safe, unobstructed and adequate pedestrian and vehicular access shall be continuously provided and maintained to fire hydrants, bus stops, and all affected property and all affected intersecting streets and driveways, unless otherwise approved in advance on a specific location basis by the Engineer. Care must be taken to comply with access requirements, for those access points that serve as the sole access to one or more properties. Where non-motorized (pedestrian, equestrian, or bicycle) facilities exist, they shall be maintained in passable condition or other facilities shall be provided. Passage between facilities at intersections shall likewise be provided. In areas of high volume non- motorized traffic, such as shopping centers, the Contractor shall provide for controlled pedestrian crossings through the work or schedule work to avoid peak non-motorized volumes. Crossings shall provide for the existing non-motorized volumes. The crossings shall provide a means of passing over or through the work without tracking construction materials such as tack coat or hot asphalt concrete. The Contractor's equipment, and personal vehicles of the Contractor's employees, shall not be parked on the traveled way or on any section where traffic is restricted at any time. When material excavated for substructure construction is placed adjacent to the trench or excavation, it shall be placed in such manner as to economize space and minimize interference with traffic. If necessary, such material shall be confined by suitable bulkheads or other devices. If the street is not of sufficient width to hold excavated material without using part of an adjacent walkway, a passageway at least one-half the width of such walkway shall be kept open at all times. The Contractor shall cooperate with the Engineer in locating all traffic control devices required. If the Contractor fails to promptly provide traffic control devices as required under this Section, the City may, at its option, so provide them at the Contractor's expense. The Contractor shall pay to the City, or the City may deduct, the cost of such work from any moneys due the Contractor from the City. 903-5 PUBLIC RELATIONS, CONSTRUCTION PHASING, AND ACCESS This project includes work in business and residential areas and it is imperative that access to each driveway during construction is maintained per these Specifications. The Contractor shall conduct his/her operations so as to minimize inconvenience to the public vehicular traffic. The Contractor shall have under construction no greater amount of work than is demonstrated that the Contractor can handle properly with due regard for the rights of the public. Project construction shall be phased to facilitate safe and efficient traffic flow, and to maintain public relations and minimize the inconvenience to the public. In an effort to meet this objective, the construction operations throughout the length of each street 118 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 107 segment on each schedule shall be performed to accommodate two lane (10 feet minimum width). 903-6 ACCESS TO LOCAL RESIDENCES AND BUSINESSES Access to adjacent streets and residential and business driveways must be considered and respected at all times. Steps to accommodate the ingress and egress to these adjacent properties must be implemented, especially during the morning and late afternoon peak traffic periods. The required traffic control plan shall incorporate provisions or steps for the accommodation of the access needs. 903-7 RESTRICTIONS ON CLOSURE OF STREETS AND TRAFFIC LANES The Contractor shall at all times provide a minimum of two traffic lanes. The full width of the traveled way shall be open for use by the public on Saturday, Sunday and any day designated by the City as a legal holiday; after 4:30 p.m. Friday, after 4:30 p.m. on the day preceding a designated legal holiday; and on any working day when construction operations are not actively in progress. When a section of pavement has been completed, it shall, when ordered by the Engineer, be opened for use by traffic. 903-8 MEASUREMENT AND PAYMENT Measurement and payment for Traffic Control, will be made at the contract lump sum price bid as shown in the Bid Schedule and shall include all costs for preparation of traffic control plans, coordination for approval of traffic control plans, implementation, installation and maintenance of traffic control and temporary signing and striping including construction area signs, barricades, flaggers, temporary pavement, and temporary facilities required for the safe handling of pedestrian and vehicular traffic for 24 hours per calendar day in accordance with the California Manual of Uniform Traffic Control Devices for the duration of the Work to completion. Traffic Control work also includes public notifications and written notices to property owners and tenants affected by the Work. Traffic Control shall be billed and paid commensurate with the project’s percentage of completion. 119 Specification No. MPK 24-01 108 High Street Improvement Project Capital improvement Project No. C0009 SECTION 904 CONSTRUCTION SURVEY (Bid Item No. 3) 904-1 CONSTRUCTION SURVEYING Delete the first sentence of SSPWC Section 3-10.1. The Contractor shall provide all necessary construction surveying in accordance with the SSPWC Section 3-10, "Surveying". The Contractor shall bear all costs for survey staking and restaking or remarking. The Contractor shall provide at least forty-eight hours notification for the need of survey services. The locations and limits of removal and construction of miscellaneous concrete and asphalt concrete facilities will be staked or marked by the Contractor and verified by the Engineer in the field. 904-2 SURVEY MONUMENT TIES ADJUSTMENTS Delete the first sentence of SSPWC Section 3-10.1. The Contractor shall provide all necessary construction surveying in accordance with the SSPWC Section 3-10, "Surveying". The Contractor shall bear all costs for survey staking, restaking, and/or remarking. The Contractor shall provide at least forty-eight hours notification for the need of survey services. The Contractor shall locate, protect and save, any and all, survey monuments and ties that will be, or may be damaged or destroyed by the Contractor's operation. All existing nails and markers within the limits of sidewalks, curbs, curb/gutters, curb ramps and streets shall be tied down by the City's Contract Surveyor prior to such removals for subsequent adjustment and/or installation. Where a survey monument and/or property corner tie will be removed due to this construction, the Contractor shall save the monuments, markers, and appurtenances. The reinstallation of the actual monuments and/or property corners will be accomplished by the Contractor’s Surveyor. A forty-eight hour notification to the City is required before removal of a survey monument tie. 904-3 MEASUREMENT AND PAYMENT Measurement and payment for this item of work will be completed on a percent complete of the lump sum basis for Construction Survey as provided on the Bid Proposal form and in accordance with the contract documents and shall include all costs for construction staking required to layout the Work to the lines and grades required on the Plans, reference stakes, preparation of cut sheets, and replacing disturbed monuments, complete. Full compensation for all other work and features shall be considered as included in the contract unit or lump sum prices bid for other applicable items of work, and no additional compensation will be allowed therefore. 120 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 109 SECTION 905 STORMWATER POLLUTION CONTROL (Bid Item No. 4) 905-1 GENERAL DESCRIPTION The Contractor shall take all necessary steps during the project construction period to prevent or reduce discharge of pollutants from the work sites to the City storm drain system utilizing the following prevention measures:  Maintain clean work sites through good housekeeping measures and regular clean-up and disposal of all debris, storage materials, saw-cut slurry, waste, etc.  Eliminate discharge of sanitary water/septic waste to storm drain system by providing convenient and well maintained facilities, and regular service and disposal.  Manage and operate construction vehicles and equipment in a manner to prevent leaks, spills, and waste.  Prevent and control the discharge of: Soil Sediments Concrete and mortar waste Asphalt and bituminous materials Chemicals from treated wood products Paints, solvents, adhesives, and cleaning solutions Soil, trimmings, and garden chemicals Construction water from collecting and transporting pollutants Saw-cut slurry materials  Prevent pollution of the storm drain system during import, export, stockpiling, and spreading or grading of earthwork materials.  The Contractor shall exercise every reasonable precaution to protect rivers and bays from pollution with fuels, oils, bitumens, calcium chloride, and other harmful materials and shall conduct all operations so as to avoid the mudding and silting of said rivers and bays.  Methods to keep pollutants and prohibited wastewaters from the rivers and bays are referred to as Best Management Practices (BMPs). The Contractor shall exercise all BMPs to keep pollutants and prohibited wastewaters from rivers and bays. 121 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 110  Effective erosion control devices are required during the rainy season, October 15 though April 15, to control surface drainage. The Contractor shall provide emergency, 24-hour contact information and telephone numbers of responsible personnel. The following runoff control measures shall be observed at all times during the course of construction: 1. Sediment, construction waste, and other pollutants from construction sites and parking areas shall be retained on the site to the maximum extent practicable. 2. Any sediment or other materials which are not retained on the site shall be removed within 24 hours. 3. Excavated soil shall be located on the site in a manner that minimizes the amount of sediments transported into the street or adjoining properties. Soil piles shall be covered until the soil is used or removed. 4. No washing of construction or other industrial vehicles shall be allowed at or adjacent to the construction site. No water from the washing of vehicles shall be allowed to run off into a storm drain system. 5. Stormwater pollution from concrete materials and wastes shall be eliminated: a. Washout of concrete trucks shall occur in designated site areas. Do not wash concrete trucks where runoff might enter storm drains, open ditches, streets, or streams; b. Storing materials under cover, away from drainage rainfall or flow paths; c. Avoiding mixing excess amounts of concrete or cement on-site. For more detailed information and specifications for stormwater pollution control at construction sites, refer to document titled, "Stormwater Pollution Control Guidelines For Construction Sites," which by reference forms a part of these Special Provisions and is available at the Public Works counter. To assure achieving the above requirements, a Stormwater Pollution Control Plan (SWPCP) shall be submitted with the contract documents at least one week prior to the Pre-Construction Conference for the Engineer's review. The SWPCP shall include the Contractor’s proposed provisions for diverting and controlling water around the project site, and the prevention of pollutant discharge as described herein. 122 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 111 905-2 MEASUREMENT AND PAYMENT The measurement and payment for Stormwater Pollution Control will be paid for on a project percent-complete basis at the contract lump sum price bid as shown in the Bid Schedule. The above contract price and payment shall be considered as full compensation for furnishing all labor, materials, equipment, tools, transportation and incidentals, and for doing all the work involved and necessary to accomplish the prevention and control of pollutant discharge to stormwater, including good housekeeping practices, containment of waste, control of construction site perimeter, vehicle and equipment management, management of concrete and mortar products, management of asphalt and bituminous products, stockpiles, paint, solvents, solutions, dust control, and the preparation of the SWPCP, complete, as specified in these Special Provisions, and as directed by the Engineer. 123 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 112 SECTION 906 CLEAR AND GRUBBING DEMOLITION (Bid Item No. 5 thru 12) 906-1 GENERAL The scope of work for demolition includes the removal and/or relocation of items as identified on the project plans and in accordance with the Bid Schedule. The items include sawcutting, removal of pavement, curb, driveway, ramps, fence, bollards, signs and vegetation. The Contractor shall take all necessary steps in accordance with Section 300-1 Clearing and Grubbing of the Standard Specifications except as note herein. 906-2 CONSTRUCTION In the performance of the demolition and relocation work, the Contractor shall do the following:  Identify, locate, and protect utilities to remain.  Identify, locate, and protect survey monumentation to remain.  Conform to applicable Codes for demolition of structures, safety of adjacent structures, and dust control.  Coordinate with City arborist concerning the protection of existing trees and tree roots.  Obtain required permits from local and regulatory agencies.  Notify affected utility companies before starting work and comply with their requirements.  Not close or obstruct roadways without permits.  Conform to applicable regulatory procedures when hazardous or contaminated materials are discovered.  Protect existing materials, appurtenances, and structures that are not to be demolished.  Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times.  Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon, or limit access to their property.  Sprinkle demolition areas with water to minimize dust. Provide hoses and water connections for this purpose.  Disconnect and cap designated utilities within demolition areas. 124 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 113  Remove disconnected utilities.  Remove foundation footings to a minimum of two feet below finished grade beyond area of new construction.  Remove concrete slabs on grade.  Rough grade and compact areas affected by demolition to maintain site grades and contours.  Remove demolished materials from site. Disposal of removed materials shall be at contractor’s cost.  Do not burn or bury materials on site. Leave site in clean condition.  Remove temporary work. 906-3 MEASUREMENT AND PAYMENT Measurement and payment for clearing and grubbing, will be made at the contract lump sum price in the Bid Schedule. Measurement and payment for sawcutting will be made at the contract unit price per lineal foot. Measurement and payment for removal of asphalt, Portland cement concrete and brick pavements will be made at the contract unit price per square foot. Measurement and payment for storm drain lateral removal and sealing with concrete plug will be made at the contract unit price per each. Measurement and payment for bollard removals will be made at the contract unit price per each. Measurement and payment for traffic sign post removal and sign salvage will be made at the contract unit price per each. The above contract price and payment shall be considered as full compensation for furnishing all labor, tools, equipment, materials, transportation and incidentals, and for doing all the work involved and necessary for the protection, removal, salvage and/or relocation of items specified in the Bid Schedule, complete in place, as specified in the SSS and these Special Provisions, and as directed by the Engineer. Damage of any items outside the clean payment lines, as a result of the construction operations, shall be replaced at Contractor’s expense. Disposal of all demolished and removed materials from the site shall be considered as included in the contract unit prices bid for other applicable items of work, and no additional compensation will be allowed therefor. 125 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 114 SECTION 907 EXCAVATION AND FILL (Not a Bid Item) 907-1 GENERAL Earthwork shall conform to the provisions in Section 300, "Earthwork," of the Standard Specifications and these special provisions. Quantities of all types of existing subbase or base or surfacing removed will be included in the quantities of the type of excavation in which they are located, and no separate payment will be made therefor. Existing asphalt pavement indicated to be removed on the plans shall be removed and disposed outside of the project limits in a legal manner, in accordance with Section 906 of these Special Provisions and the Standard Specifications. Existing asphalt pavement to be removed is not considered roadway excavated material. Surplus excavated material shall become the property of the Contractor and shall be disposed of in conformance with the provisions in Section 300-2.6, "Surplus Material," of the Standard Specifications. Surplus excavated material not designated as hazardous waste due to aerially deposited lead shall become the property of the Contractor and shall be disposed of in conformance with the provisions in Section 300-2.6, "Surplus Material," of the Standard Specifications. 907-2 MEASUREMENT AND PAYMENT Measurement and payment for excavation and fill, complete in place, will be made at the contract unit prices bid for the bid items for which excavation and fill is required and no additional payment shall be made therefor. Damage of any items outside the clean payment lines, as a result of the construction operations, shall be considered as included in the contract prices bid for other applicable items of work, and no additional compensation will be allowed therefore. 126 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 115 SECTION 908 PAVEMENT MILLING (Bid Item No. 27 thru 29) 908-1 SCOPE The full width of the existing pavement shall be cold planed as specified herein. The limits, depths and dimensions of pavement milling are designated on the Plans. 908-2 EQUIPMENT The machine used for milling shall have performed satisfactorily on similar work and shall meet the following requirements: The milling machine shall be specially designed and built for milling of bituminous pavements without the addition of heat. It shall have the ability to mill Portland Cement Concrete patches in the bituminous pavement or Portland Cement Concrete pavements. The cutting drum shall be a minimum of thirty (30) inches wide and shall be equipped with carbide tip cutting teeth placed in a variable lacing pattern to produce the desired finish. The machine shall be capable of being operated at speeds of 0 to 40 feet per minute; it shall be self-propelled and have the capability of spraying water at the cutting drum to minimize dust. The machine shall be capable of removing the material next to the gutter of the pavement being reconditioned and so designed that the operator thereof can at all times observe the milling operation without leaving the controls. The machine shall be adjustable as to slope and depth. The Contractor's attention is directed to Subsection 3-12.2 "Air Pollution Control" of the Standard Specifications. 908-3 CONSTRUCTION After cold milling Contractor shall place asphalt concrete around all utility covers to serve as a smooth transition from the existing surface to the top of the cover. Contractor will be responsible for maintaining any temporary asphaltic fill material over these facilities until the final paving surface is installed. Remaining material around utility covers and at gutter lips shall be removed to the depth of the adjacent milled surface after completion of milling. If pavement against utility covers, gutter lips, or other features, cannot be removed by the milling machine, Contractor shall use other means to remove this material. The surface of pavement after milling shall be uniformly rough. The grade shall not deviate from a suitable straight edge more than three-eighths (3/8) inch at any point. 127 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 116 Milling may require more than one (1) inch removal of existing asphalt above gutter lips in addition to the required depth below the gutter lip due to prior overlays. Pavement against curb faces shall be removed to the full depth designated for that particular section of roadway. If pavement against curb faces cannot be removed by the milling machine, the Contractor shall use other means to remove this material. 908-4 REMOVAL AND DISPOSAL OF MATERIAL During the milling operation, the Contractor shall sweep the street with mechanical equipment and remove all loosened material from the project site until completion of the removal work. The Contractor shall take all necessary measures to avoid dispersion of dust. All material removed shall be considered the property of the Contractor and shall be disposed of by the Contractor at its expense. No material shall be stockpiled within City right-of-way. In addition to removing the cold milled asphalt concrete, the contractor shall remove any slurry seal or asphalt concrete which is adhered to the top of the adjacent gutter, cross gutter or spandrel. 908-5 TEMPORARY TRANSITIONS The Contractor shall construct temporary pavement transitions at all vertical cold milled joints including but not limited to manhole and utility covers, structures, street intersections and driveway approaches prior to allowing traffic onto the cold milled areas. Temporary asphalt transitions shall be five (5) feet per one inch of vertical cold milling depth at the drop off edge of cold milled joint, measured perpendicular to the joint. Ramps shall be constructed the same day as cold milled, continuously maintained, and removed the same day as final overlay cap paving. Temporary pavement transitions shall be constructed on bond breaker material such that upon removal of the temporary pavement transition, a clean notch remains. The Contractor shall install “UNEVEN LANES” and “ROUGH ROAD” signs as directed by the Engineer. Payment for construction, removal, and disposal of temporary asphalt concrete ramps shall be considered included in the item for cold milling. 908-6 MEASUREMENT AND PAYMENT Milling on roadways to be milled shall be measured and paid for on a square foot basis. Payment will be made at the unit price bid on the basis of actual measured quantities of cold milling completed in accordance with the Plans and these Special Provisions. Such payment shall be considered full compensation for providing all labor and equipment and performing all work related to milling, including dust control and disposal of the material removed, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. 128 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 117 SECTION 909 STREET SURFACE PREPARATION (Bid Item No. 30) 909-1 GENERAL Minor failures, such as cracks 1/8-inch wide or wider at the pavement surface after cold milling, shall be repaired. This repair work shall consist of weed removal, crack cleaning and sealing, and patching cracks greater than 1 inch and potholes of any size and depth by placing and compacting asphalt concrete hot mix. Where cracks have formed, and the pavement has been raised creating a ridge, the Contractor shall remove the ridge by chipping, grinding, or a method approved by the Engineer, prior to filling the crack. Vacuum or air generated type sweepers shall be used for surface preparation. Mechanical type sweepers shall not solely be used. 909-2 CRACK SEALING This work shall consist of routing and filling all cracks 1/8-inch wide or wider in asphalt concrete pavement to be overlaid with sealant material, meeting the following specifications. Excess crack sealing materials shall be removed from the pavement surface by cold milling as directed by the Engineer. 909-2.1 Routing All cracks in the asphalt concrete pavement receiving sealant shall be routed by mechanical means to a minimum width of 1/2 inch and 3/4 inch deep. 909-2.2 Blowing of Cracks All cracks in the asphalt concrete pavement receiving sealant shall be blown clean and free from dirt, debris and vegetation with compressed air at not less than 100 psi. 909-2.3 Sealing All properly prepared cracks shall be sealed by inserting a nozzle into the crack and filling it from the bottom up with the approved sealant material, meeting the following specification. 129 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 118 TEST PARAMETER SPECIFICATION LIMITS Cone Penetration (ASTM D3407) 15 – 45 Resilience (ASTM D3407) 30% min. Softening Point, (ASTM D36) 200°F min. Ductility, 77°F (ASTM D113) 30 cm-min. Flexibility (Crafco Procedure) Pass @ 30°F Asphalt Compatibility (ASTM D3047) Pass Bitumen Content (ASTM D3407) 60% min. Tensile Adhesion (ASTM D3583) 400% min. Safe Heating Temperature 400°F Recommended Pour Temperature 380°F Brookfield Viscosity, 375°F (ASTM D3236) 4000 - 15000 cp 909-2.4 Squeegeeing After filling the cracks with the sealant, they are to be squeegeed with a "U" shaped squeegee. The sealant shall not be left flush with the adjacent pavement but remain down 1/4 inch below the adjacent pavement surface. 909-2.5 Equipment The router shall be a two wheeled, Impact router. The sealant machine shall be a double boiler heat system capable of heating the sealant to the manufacturer's recommendations without placing direct heat on the sealant. The compressor shall be a compressor capable of providing a minimum of 100 psi at the nozzle for removal of any debris, dirt or vegetation remaining in the cracks after the routing. The squeegee shall be a "U" shaped, rubber footed tool capable of leaving the sealant 1/4 inch below the adjacent pavement surface, and without leaving excess material in the cracks and any material on the adjacent pavement after filling. 909-3 GRASS AND WEED KILLING Prior to the cold milling and crack sealing operations, all grass and weeds shall be destroyed by application of weed killer. The application shall be performed by a person or firm licensed for this type of work, using the chemical “Roundup” for the contact kill 130 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 119 (including application of the identification dye) and the chemical “Oust” as the pre- emergent and long lasting kill, or approved equal. The pre-emergent herbicide selected was recommended by a State of California licensed pest control advisor and the application is approved for use in California. 909-4 DIGOUTS Digouts on roadways designated to be milled shall be performed after the cold planing operation is completed. Depth of the digouts shall then be based on the remaining thickness of asphalt concrete after cold planing. All HMA removed and replaced shall be constructed as specified in Section 911 of these Special Provisions. The pavement areas to be replaced shall be removed to a uniform depth as specified and may be removed by cold planning or full depth sawcutting with mechanical removal. Any broken or damaged pavement edges shall be sawcut again to create a clean vertical edge along the length of the digout. All vertical edges of existing pavement shall be applied with tack coat and the tack coat must break prior to paving. Tack coat shall be applied the same day of paving. The Contractor shall reapply tack coat that was applied the previous day or if the tack coat is contaminated. Overspray of tack coat on concrete or other facilities shall be cleaned immediately by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. The excavated areas shall be graded as necessary to provide a uniform pavement thickness. The base material shall be compacted to 95% relative compaction. All segregated or loose material shall be removed. The native soil shall be compacted to 95% relative compaction. Prior to placing base material or asphalt concrete, each pavement replacement area shall be proof-rolled with a loaded ten cubic yard dump truck, fully loaded water truck, or equivalent. The compacted surface shall not visibly yield or deflect. Soft, yielding, unstable, or unsuitable areas shall be removed and replaced with Class 2 aggregate base material or new HMA as deemed appropriate by the Engineer. Unstable areas shall be paid for at the unit price specified at the time of bid and in the schedule of values unless the areas became unstable due to the Contractor's actions or construction activities. Re- stabilizing unstable areas that were due to the Contractor's actions or construction activities shall be repaired at the expense of the Contractor and at no additional cost to the City. Unsuitable material is defined as material the Engineer determines to be: 131 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 120 A. Of such unstable nature as to be incapable of being compacted to specified density using standard construction methods at optimum moisture content, or B. Too wet to be properly compacted and circumstances prevent in-place drying of the material to be incorporated into the work, or C. Otherwise unsuitable for the planned use. A minimum of two lifts shall be placed and compacted for each digout with a depth greater than three inches. The surface course shall be a minimum of 1-3/4-inch thickness. Minimum lift thicknesses shall be three times the nominal aggregate size plus 1/4 of an inch. Maximum lift thicknesses shall be three inches unless specified otherwise in the plan details. The elevation of the new compacted HMA shall be level with the surrounding existing asphalt. The finished elevation of the new HMA shall not exceed 1/8 inch above the elevation of the surrounding asphalt concrete. No tolerance is allowed for the finished elevation of the new HMA to be lower than the surrounding asphalt concrete. Repaired areas shall not inhibit drainage of the roadways. Standing water shall not exceed 1/4 inch in ten feet. The Contractor shall repair all areas that inhibit water drainage at the expense of the Contractor and at no additional cost to the City. 909-5 MEASUREMENT AND PAYMENT Digouts will be made at the contract unit price per square foot paid for Digout Asphalt Pavement and shall include all equipment and labor to remove failed pavement areas, compact existing base, furnish and compact additional aggregate base as required and fill removal area with asphalt per the plans and specifications, complete and in place. All other pavement preparation activities shall be included in the bid items listed under Section 908, Pavement Milling, and no additional payment shall be made therefor. 132 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 121 SECTION 910 ASPHALT TACK COAT (Not a Bid Item) 910-1 DESCRIPTION Work to be performed under this Section covers all labor, materials, tools, equipment and incidentals necessary to furnish, apply, and complete in place tack coat in conjunction with the asphalt concrete overlay and other asphalt paving work. All such work shall conform to the applicable provisions of the Standard Specifications, and these Special Provisions. 910-2 MATERIALS The tack coat shall be asphalt grade PG 64-10. 910-3 APPLICATION The tack coat shall be applied as specified in Subsection 302-5.4 of the Standard Specifications and these Special Provisions. The Engineer will determine if the pavement is sufficiently dry for the application of the tack coat. Tack coat shall not be applied when the temperature of the surface to be tacked is below 40° Fahrenheit in the shade. Contractor shall clean the surfaces so that they are free of dirt and debris prior to the application of the tack coat. City Inspector shall approve surface prior to application of tack coat. The tack coat shall be applied only so far in advance of paving as is anticipated for that day's surfacing as permitted by the City Inspector. Any heated, scarified, recompacted, pavement that is not overlaid and which becomes contaminated with dirt, debris, dust, etc., or is left overnight, shall have a tack coat applied prior to overlaying. Tack coat shall be applied to all vertical surfaces of existing pavements, curbs, gutters and construction joints in the surfacing against which additional material is to be placed, to a pavement to be surfaced, and to other surfaces designated by the City Inspector. Any tack material deposited on concrete surfaces not to be overlaid with asphalt concrete will be removed within five (5) working days or the City will cause the work to be done and any cost incurred shall be deducted from contract retention monies due. Tack coat shall be applied in one application at a rate of between 0.05 and 0.10 gallon per square yard of surface covered. Tack coat material shall be applied at minimum 350 degrees Fahrenheit (F) from a distributor truck with a heating element capable of raising the temperature at least 3 degrees F per hour. The tack coat shall be applied by distributor equipment at a uniform rate. In areas inaccessible to the spray bar on the applicator truck, SS-1h emulsion may be substituted 133 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 122 and applied from a hand wand at a rate of 0.08 gallons per square yard. In any case where emulsified material is used, the tack coat shall be allowed to completely break, that is turn completely black (not dark brown), prior to paving. The area to which tack coat has been applied shall be closed to public traffic. Care shall be taken to avoid tracking binder material onto adjacent surfaces. If the area is left unattended, then appropriate “fresh oil” signs must be posted. The Contractor shall be responsible for resolving all claims related to asphalt materials splashed/tracked on vehicle, concrete, and private property. The Contractor shall be responsible for protecting existing storm drain catch inlets and to ensure that no tack coat spoils are sprayed into storm drain inlets. No tack coat shall be left exposed overnight. Immediately in advance of placing the asphalt concrete overlay, additional tack coat shall be applied, as directed by the Engineer to areas where the tack coat has been destroyed or otherwise rendered ineffective, and no additional compensation will be allowed for such work. Existing concrete curb faces, gutters and driveways shall be protected against disfigurement from the asphalt. Residue of the tack coat material shall be removed from curb faces, gutters and driveways by sandblasting to the extent required by the Engineer. 910-4 PAYMENT No separate payment will be made for work or other features as required and outlined in this Section, "Asphalt Tack Coat." Full compensation for such work and features shall be considered included in the price bid for "Hot Mix Asphalt," and “AHRM Overlay,” and no additional compensation will be allowed therefore. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. 134 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 123 SECTION 911 ASPHALT CONCRETE PAVEMENT (Bid Item No. 23 and 26) 911-1 SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment, transportation, and incidentals necessary to construct asphalt concrete including asphalt concrete overlay. All such work shall conform to the dimensions of the plans, the applicable provisions of the Standard Specifications, and these Special Provisions. 911-2 MATERIALS Material used shall be asphalt concrete as specified in Subsection 203-6 of the Standard Specifications, unless specified below. The class of combined aggregate grading shall be Class B as shown on the Plans. The grade of asphalt shall be PG 64-10. For mixes using RAP, the maximum allowed binder replacement is 25%. For mixes with RAP between 15% to 25%, the performance graded asphalt binder grade with upper and lower temperature classifications be reduced by 6 degrees C from the specified grade. The mix properties indicated in Table 203-6.4.3(A) shall be modified as follows: Mix Design and Production Stability Target Air Voids Production Air Voids B 35 min. 4.0% 2.5% - 5.5% TSR shall be minimum 70 in accordance with Caltrans Test Methods 371. In lieu of the TSR requirements, the suppler may add 0.5% of anti-strip. No warm mix additives allowed. Mix may be rejected if the air voids or stability do not meet the above criteria. 911-3 CONSTRUCTION The work shall further consist of preparing the existing street surfaces prior to the paving. Such work shall include removing raised pavement markers, removing thermoplastic pavement markings, painted legends and crossbars (12” white and yellow), controlling nuisance water, sweeping prior to tack application, watering, and removing loose and broken asphalt concrete pavement and foreign material as specified in the Standard Specifications and these Special Provisions and as required by the Engineer. The minimum ambient temperature to begin paving shall be 55 degrees F. The CONTRACTOR shall use any means necessary to clean the pavement, including 135 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 124 sweeping and flushing. The paving shall be performed in such a way as to not leave any longitudinal paving joints at the end of each day’s operation. Longitudinal paving joints shall be wedge type and shall be constructed as shown on the plan details. The longitudinal and transverse paving joint layout shall be submitted to the Engineer for approval and shall be reviewed at the pre-paving meeting. Failure to meet the joint requirements will subject the Contractor to liquidated damages in the amount of $1,000 per joint. 911-3.1 Cold Joints All cold joints, both longitudinal and transverse, shall be heated with a torch immediately prior to paving. Care shall be exercised such as to not damage the asphalt concrete by burning or excessive aging, as determined by engineer. Damaged material shall be removed by saw cutting to form a new cold joint followed by torch heating. Cold joints include previous passes placed more than three hours prior. All cold joints shall be tack coated. Failure to meet the cold joint requirements will subject the Contractor to liquidated damages in the amount of $5,000 per joint. 911-3.2 Leveling, Transitions, and Asphalt Concrete Fills A leveling course of variable thickness shall be placed and compacted prior to placing the surface course at locations where directed by the Engineer, as needed. The leveling course will be used to correct pavement irregularities such as rutting, variable cross slope, or variable longitudinal slope. Where two overlays of different thickness abut at a longitudinal joint, the CONTRACTOR shall add to the thinner section to match the thicker lift and provide a smooth transition and uniform cross- fall. Cold planing ridges or other rises in the pavement surface may be required by the Engineer. The Engineer will determine the exact limits and thickness of the leveling courses, asphalt concrete fills, and transitions. Areas to receive AC Fill shall be completed prior to performing leveling course work. CONTRACTOR shall perform AC Fills to improve surface drainage as shown on the plans and as directed by the Engineer. 911-3.3 Layout The CONTRACTOR shall layout and mark the location of the edges of the paving passes of the surface course to match the new layout of the lane lines. The layout shall be made at least 24 hours prior to paving. The layout shall be approved by the Engineer prior to paving. If the striping is to remain unchanged, the edges of the paving passes shall 136 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 125 conform to existing lane edges. In all cases where practical, each lane shall be paved in a single pass. In tapered transition areas, the shoulder areas shall be paved first, then the through lane shall be hot-lapped immediately after the shoulder paving. For paving which incorporates new quarter-points or grade breaks due to key cuts or other conditions, the CONTRACTOR shall provide equipment capable of adjusting to the new surface profile at the appropriate locations. The profile adjustments shall be within twelve inches of the actual quarter-point or grade break. The CONTRACTOR shall take sufficient measurements during laydown to assure that the full design asphalt concrete layer depth is provided at each quarter-point, grade break, or transition. Failure to provide the design depth at these areas will result in rejection of the work. Correction of this rejected work will include milling out the new asphalt concrete from the road edge to the centerline or nearest inside lane line and repaving. The minimum length of the milled and corrected area shall be fifty feet. 911-3.4 Tolerances The finished asphalt concrete surface shall be flush with, to 1/4 inch (0.02 feet) (6 mm) above the gutter lips. The finished pavement surface shall not be lower than the gutter lips. The average pavement thickness shall be equal to the specified thickness for the project. For total pavement thicknesses less than four inches, the minimum allowable thickness will be 1/4 inch less than that specified. For total pavement thicknesses of four inches or more, the minimum allowable thickness will be 1/2 inch less than that specified. The provisions of Section 302-5.12 shall apply and shall be modified to provide that the straightedge shall be 12 foot in length. 911-3.5 Automatic Screed Controls For all main line street or roadway paving with single lane length exceeding 300 feet, automatic screed controls shall be required. In addition to the requirements in Subsection 302-5.9 of the SSPWC, asphalt concrete shall be placed with spreading equipment equipped with fully automatic screed and grade sensing controls which shall control the longitudinal grade of the screed. Automatic controls shall conform to and be operated in accordance with the provisions herein. Unless approved otherwise, ski-type devices with a minimum length of 30 feet shall 137 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 126 be used to provide a reference for the grade sensor. Skis shall be constructed and installed in such a manner that a reference to the average elevation of the existing pavement, along the length of the ski, is maintained at the sensor point. When placing surfacing adjacent to surfacing previously placed in conformance with these provisions, a joint matching shoe of adequate size and type to properly sense the grade of the previously placed mat may be used in lieu of the 30-foot ski. The ski shall be mounted at a location which will provide an accurate reference for the surfacing being placed. This may require the ski to be mounted ahead of and inside the outer limits of the screed. Automatic cross slope control may be accomplished by use of a ski and grade sensor on each side of the paving machine. Automatic screed controls shall be installed in such a manner that the occasional manual adjustments necessary to maintain the attitude of the screed parallel to the underlying pavement are readily accomplished. Automatic screed controls shall be installed so that with little or no delay, use of the automatic controls can be discontinued and the screed controlled by manual methods. Should the automatic screed controls fail to operate properly during any day’s work, the CONTRACTOR may manually control the spreading equipment for the remainder of that day provided the quality of the work conforms to the requirements of Section 302-5. Should the methods and equipment used for automatic control fail to result in the quality of work required by said Sections, the paving operations will be temporarily discontinued and the CONTRACTOR shall make the necessary changes to the equipment, or furnish other equipment conforming to the requirements herein, before paving is resumed. If it is determined by the Engineer that the existing grade and cross slope are too irregular for the automatic controls to provide the quality of work required, the use of the automatic controls shall be discontinued and the spreading equipment shall be adjusted by manual methods. Use of automatic controls shall resume when the Engineer has determined that it is again practical and so orders. 911-3.6 Rolling and Compaction In addition to the requirements of Subsection 302-5.10 and 302-5.11 of the SSPWC, the number of rollers required for each paving operation shall be such that all rolling for density can be completed before the temperature of the asphalt concrete mixture drops below 140 degrees Fahrenheit. Breakdown rolling shall commence when the asphalt concrete is placed except in cases where mix distortion/shoving rather than compaction is taking place under the roller. In those instances, wait for the mix to cool sufficiently, then breakdown compaction. Rolling shall be accomplished with the drive wheel forward and with the advance and return passes in the same line. 138 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 127 For leveling courses under 1 inch, breakdown rolling shall consist of three coverages with an 8 to 12 ton pneumatic roller followed by a finishing coverage with a steel wheel roller. The rolling may begin with a single pass of a steel wheel roller until the pneumatic has sufficient opportunity to warm up to avoid tracking and picking up material from the mat. The pneumatic roller tires shall be treated with a non-petroleum based product to prevent pickup. Failure to successfully provide for breakdown rolling with the pneumatic roller after a reasonable warm up time will be cause for termination of paving activities until the CONTRACTOR can provide equipment which will perform without pickup. For all other leveling courses, the intermediate roller shall be a 12-16 ton pneumatic roller. For the percent of maximum theoretical density, the following table shall apply to deductions for average compaction of a sublot: Reduced Payment Factors for Percent of Maximum Theoretical Density Mix Type A Percent of Maximum Theoretical Density Reduced Payment Factor Mix Type A Percent of Maximum Theoretical Density Reduced Payment Factor 92.0 0.0000 97.0 0.0000 91.9 0.0125 97.1 0.0125 91.8 0.0250 97.2 0.0250 91.7 0.0375 97.3 0.0375 91.6 0.0500 97.4 0.0500 91.5 0.0625 97.5 0.0625 91.4 0.0750 97.6 0.0750 91.3 0.0875 97.7 0.0875 91.2 0.1000 97.8 0.1000 91.1 0.1125 97.9 0.1125 91.0 0.1250 98.0 0.1250 90.9 0.1375 98.1 0.1375 90.8 0.1500 98.2 0.1500 90.7 0.1625 98.3 0.1625 90.6 0.1750 98.4 0.1750 90.5 0.1875 98.5 0.1875 90.4 0.2000 98.6 0.2000 90.3 0.2125 98.7 0.2125 90.2 0.2250 98.8 0.2250 90.1 0.2375 98.9 0.2375 90.0 0.2500 99.0 0.2500 <90.0 Remove & Replace Remove & Replace 139 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 128 The CONTRACTOR shall have hand-compaction equipment immediately available for compacting all areas inaccessible to rollers. Hand-compaction shall be performed concurrently with breakdown rolling. If for any reason hand- compaction falls behind breakdown rolling, further placement of asphalt concrete shall be suspended until hand-compaction is caught up. Hand-compaction includes vibro-plates and hand tampers. Hand torches shall be available for rework of areas which have cooled. After compaction, the surface texture of all hand work areas shall match the surface texture of the machine placed mat. Any course or segregated areas shall be corrected immediately upon discovery. Failure to immediately address these areas shall cause suspension of asphalt concrete placement until the areas are satisfactorily addressed, unless otherwise allowed by the Engineer. 911-3.7 Sampling The Engineer may sample the asphalt concrete from the plant, windrow, or the mat at various intervals. The CONTRACTOR shall facilitate the sampling process. 911-3.8 Temporary Transitions The CONTRACTOR shall construct temporary pavement transitions at all paving joints greater than 1 inch prior to allowing traffic onto the paved surface. This includes both longitudinal and transverse paving joints for both leveling and surface courses. Temporary pavement transitions shall have a slope of 20:1 or as approved by the engineer and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the temporary pavement transition, a clean notch remains. The temporary transitions may be constructed of either cold mix or hot mix. The CONTRACTOR shall construct temporary pavement transitions at all PCC facility transitions greater than 1 inch around corners from beginning of curb return to end of curb return, at PCC cross gutters, and PCC spandrels. The CONTRACTOR shall continuously maintain the temporary pavement until final paving. Each temporary transition shall be inspected by the CONTRACTOR and repaired as necessary to comply with these provisions at the end of each day including weekends and holidays. Failure to comply with these provisions will result in a liquidated damage of $5,000 per day per transition and/or the cost of City crews making the repairs if necessary to correct for public safety. 140 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 129 911-3.9 Quality Control The Contractor shall provide full time quality control during paving operations for the Standard construction process. The work shall further consist of preparing the existing street surfaces prior to the paving. Such work shall include removing raised pavement markers, removing thermoplastic pavement markings, painted legends and crossbars (12” white and yellow), controlling nuisance water, sweeping prior to tack application, watering, and removing loose and broken asphalt concrete pavement and foreign material as specified in the Standard Specifications and these Special Provisions and as required by the Engineer. The minimum ambient temperature to begin paving shall be 55 degrees F. The CONTRACTOR shall use any means necessary to clean the pavement, including sweeping and flushing. The paving shall be performed in such a way as to not leave any longitudinal paving joints at the end of each day’s operation. Longitudinal paving joints shall be wedge type and shall be constructed as shown on the plan details. The longitudinal and transverse paving joint layout shall be submitted to the Engineer for approval and shall be reviewed at the pre-paving meeting. Failure to meet the joint requirements will subject the Contractor to liquidated damages in the amount of $1,000 per joint. 911-4 MEASUREMENT AND PAYMENT The measurement and payment for asphalt concrete, complete in place, will be made at the contract unit price per ton (U.S. standard measure, 2,000 pounds) as shown in the Bid Schedule for the various types of asphalt concrete. Asphalt concrete used in other items of work, including but not limited to digouts, shall be included in the respective bid items. The above contract price and payment shall include full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work involved in constructing asphalt concrete pavement, tack coat, including leveling course, complete as detailed, and as specified in the Standard Specifications and these Special Provisions. “A.C. Pavement (Class B, PG 64-10)” will be measured and paid for by the Ton. Measurement and verification of quantities shall be coordinated with the Project Inspector by the Contractor. The contract price paid per TON for “Hot Mix Asphalt (Type B PG 64- 10)” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and doing all work involved in constructing asphalt concrete, including mix design preparation, contractor quality control complete in place, as shown on the plans and as specified in these Technical Specifications or as directed by the Engineer. 141 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 130 SECTION 912 ASPHALT RUBBER HOT MIX (ARHM) (Bid Item No. 24) 912-1 GENERAL Asphalt-rubber hot mix shall conform to the specifications of 203-11 of the Standard Specifications, Asphalt Rubber Hot Mix (ARHM) Wet Process, except as modified herein. 912-2 MATERIALS The contractor shall supply the City, for approval, a binder formulation and samples of the materials to be used in the asphalt-rubber binder at least 14 days before construction is scheduled to begin. The binder formulations shall consist of the following information: A. Paving Asphalt and Modifiers: 1. Source and grade of paving asphalt. 2. Source and identification (or type) of modifiers used. 3. Percentage of asphalt modifier by mass of paving asphalt. 4. Percentage of the combined blend of paving asphalt and asphalt modifier by total mass of asphalt-rubber binder to be used. 5. Laboratory test results for test parameters shown in these special provisions B. Crumb Rubber Modifier (CRM): 1. Source and identification (or type) of scrap tire and high natural CRM from single source. One Hundred percent (100%) California waste tires must be used. 2. Percentage of scrap tire and high natural CRM by total mass of the asphalt-rubber blend. Laboratory test results for test parameters as specified in the Greenbook Section 203-11.2.3 and these special provisions. 912-2.1 Crumb Rubber Modifier (CRM) The last sentence of the first paragraph of Subsection 203-11.2.3.1 is hereby deleted. The fifth paragraph of Subsection 203-11.2.3.1 is hereby deleted and replaced with the following: The percentage of high natural CRM in the total CRM shall be equal to 1000 divided by the percentage of natural rubber (as a whole number) in the high natural CRM, e.g. for high natural CRM with 40% natural rubber content 1000/40 equals 25 percent. The remainder of CRM shall be scrap tires, as specified in 203-11.2.3 above. 142 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 131 The maximum value for Natural Rubber Content in Table 203-11.2.3(B) is hereby deleted. The sixth (last) paragraph of Subsection 203-11.2.3 is hereby deleted. The high natural CRM shall consist of ground or granulated rubber derived from a single material that utilizes high natural rubber sources. 912-2.2 Crumb Rubber Modifier (CRM) Certification The Crumb Rubber Modifier (CRM) shall be derived from one hundred percent (100%) California waste tires. Prior to approval of the final progress payment, Contractor shall complete and submit the Crumb Rubber Modifier (CRM) Certification form CIWMB 74G-RAC. 912-2.3 ARHM Mixtures The ARHM shall be ARHM-GG-C and shall conform to Section 203-11.3 of the Standard Specifications. 912-2.4 Mixture Design Contractor shall submit for the City’s review a proposed ARHM mix design to be used at least 14 days prior to production of that ARHM mixture. The asphalt concrete mix design shall be prepared by a Caltrans qualified laboratory in accordance with the City’s Quality Assurance Program and approved by the City. Aggregate quality and asphalt concrete mix design test results shall be no more than six months old when production of the asphalt concrete mixture starts. The mixture design shall recommend the job-mix formula and shall list the following information: 1. Aggregate - source and identification (for each material used) - gradation (for each material used) - blend percentage - mixture gradation 2. Asphalt-Rubber - source and grade of asphalt cement - source and type of extender oil or modifier - source and identification of ground rubber - ground rubber percentage for the asphalt-rubber binder - type and amount of additive(s), if required - temperature when added to aggregate 143 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 132 3. Recommended asphalt-rubber binder content by both weight of total mix and weight of dry aggregate. 4. Recommended mixture production temperature. 5. Recommended lay down temperatures. 6. Compacted Unit Weight. Aggregate for ARHM asphalt concrete shall be of such quality and gradation that the optimum amount of asphalt-rubber binder to be mixed with the aggregate, as determined by California Test 367 (as amended below) shall be a minimum of 7.6 percent by mass of dry aggregate and a maximum of 9.5 percent by mass of dry aggregate. Aggregates which result in an optimum asphalt-rubber binder content of less than 7.6 percent, or more than 9.5 percent by mass of dry aggregate shall not be used. The Contractor shall submit the determined optimum asphalt-rubber binder content to be mixed with the aggregate in conformance with the requirements in California Test 367 (as amended below). The City’s Engineer will verify the optimum amount of asphalt-rubber binder to be mixed with the aggregate. California Test 367 is amended as follows: A. The specific gravity used in California Test 367, Section “B. Voids Content of Specimen,” shall be determined using California Test 308, Method A. B. California Test 367, Section “C. Optimum Bitumen Content,” is revised as follows: 1. Plot asphalt-rubber binder content versus void content for each specimen on Form TL-306 (Figure 3), and connect adjacent points with straight lines. 2. From Figure 3 select the theoretical asphalt-rubber binder content that has 4 percent voids. 3. Record the asphalt-rubber binder content in Step 2 as the Optimum Bitumen Content (OBC). 4. To establish a recommended range, use the Optimum Bitumen Content (OBC) as the high value and 0.3 percent less as the low value. Notwithstanding, the recommended range shall not extend below 7.6 percent nor shall the high value to establish recommended range be above 9.5 percent. If the OBC is 7.6%, then there shall be no recommended range, and 7.6% shall be the recommended value. C. Laboratory mixing and compaction shall be in conformance with the requirements of California Test 304, except that the mixing temperature of the aggregate shall be between 300º F and 325º F. The compaction temperature of the combined mixture shall be between 290º F and 300º F. 144 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 133 If tests on finished ARHM material during production demonstrate non- compliance with minimum air voids or minimum binder content, production shall not proceed on the day following such determination. In that case, the mix design must be retested and samples resubmitted to the City’s Project Representative for approval prior to restart of production. 912-2.5 Mixing The third paragraph of Subsection 203-11.4 is hereby deleted and replaced with the following: The proportions of the materials, by total weight of asphalt rubber binder, shall be 80% +/- 2% combined paving asphalt and asphalt modifier, and 20% +/- 2% CRM. However, the minimum amount of CRM shall not be less than 18.0 percent. Lower values which are rounded up shall not be allowed. The CRM shall be combined at the production site and shall contain 75 percent +/- 2 percent scrap tire CRM and 25 percent +/- 2% high natural CRM, by mass. The temperature of the blended asphalt and modifier shall be between 380º F minimum and 440º F maximum when the CRM is added. The temperature shall not exceed 10º F below the actual flash point of the mixture. The CRM shall be combined and mixed together in an asphalt rubber mechanical blender meeting the requirements of 203-11.5. The combined asphalt and CRM shall be pumped into a reaction tank or distributor truck meeting the requirements of 203-11.5, Item 3, part (A) herein. The required minimum reaction time shall be 90 minutes. The temperature of the asphalt rubber mixture shall be between 380º F minimum to 425º F maximum during the reaction period. The reaction period shall be set as described in 203-11.5, item 3, part (A) herein. After reacting, the asphalt rubber binder shall conform to the requirements in Table 203-11.4(A) (as modified herein). Table 203-11.4(A) Test Parameter ASTM Test Method Requirement Min. Max. Haake Field Viscosity @ 375ºF, (Centipoise) See Section 203 -11.4.1 1500 2600 Cone Penetration @ 77ºF, mm D217 25 70 Resilience @ 77ºF, Percent Rebound D3407 18 -- Field Softening Point, ºF D36 125 165 The reaction period shall begin at the time that complete incorporation of materials into the mix at the minimum reaction temperature specified above is achieved and end at the time that the asphalt rubber meets all specifications for reacted material. The reaction period shall be the minimum time to bring the material into full compliance with specifications, but not less than 90 minutes. Once established, 145 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 134 the reaction period shall remain unchanged, unless there are changes in materials or equipment that affect rubber digestion, in which case a new reaction period shall be established per specifications. The City’s Project Representative’s decision shall be final for the determination of the reaction period. All material shall be tested for viscosity and verified as to complete reaction prior to transfer to any storage tank or use of the reaction tank for feed to the hot mix plant. Test results shall be reported in writing daily. Inability to maintain reaction temperatures above specified minimums will be cause to terminate paving operations. The Contractor is reminded that if the reaction tank or the method of filling the tank is not capable of sustaining the specified reaction temperature, there exists the potential for such below minimum temperatures to seriously delay production, or depending on heat input potential, even become an irreversible condition. A Production Schedule Form shall be submitted with the bid demonstrating that the proposed asphalt rubber production equipment can meet the demands of the project. The Contractor shall test viscosity and record the following information for every tank of asphalt rubber prior to being transferred to storage or directed to feed to the hot mix plant on an Asphalt Rubber Batch Log: 1) Temperature of stored asphalt cement material at time of loading 2) Time the reaction tank is fully loaded 3) The beginning time of reaction (as defined above) 4) Time of each viscosity test 5) The binder temperature during each viscosity test 6) The measured viscosity A copy of the Asphalt Rubber Batch Log shall be provided to the City’s Project Representative upon request. A copy of the batch log sheet shall be faxed to the City within 1.5 hours of placing the final batch for the day into storage or feed to the plant. A copy of the daily paper circle chart shall be faxed with the batch log sheet. To fit 8-½ x 11 inch sheets, the circle chart may be faxed in halves with an overlapping strip. See Section 712-2.7 below for circle chart requirements. One passing sample for viscosity tests on each batch, prior to transfer to storage or converting to feed to the ARHM mix plant shall be poured into a clean gallon can that has been pre-certified by the City’s Project Representative. It shall be the responsibility of the Contractor to ensure that sufficient sample cans with lids are at the plant, such that they can be pre-certified at least three days prior to use. The City’s Project Representative will certify the cans by numbering them consecutively and affixing his or her signature to each can. The Contractor shall conduct sampling such that the pre-certified sample can numbers correspond to batch 146 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 135 numbers beginning with number one at the start of the project, increasing consecutively with each batch, without restarting the count at any point. After testing and recording the information for the batch, the corresponding pre-certified sample can shall be filled and stored for the duration of the project or until the City’s Project Representative Takes possession of the can. 912-2.6 Hand Held Viscometer Test The second and third sentence of Item number 5 under Test Procedure is hereby deleted and replaced with the following: In one continuous operation, turn off the spindle rotation, remove the spindle vertically from the binder (after heating), discontinue stirring the binder and immediately insert the spindle back in the center of the binder. While holding the viscometer level, wait 5 seconds, turn the spindle on and watch the needle on the viscometer dial and record the maximum value obtained on the dial. 912-2.7 Equipment for Production of Asphalt Rubber Add the following to Item c) of 203-11.5: A) Reaction Tank: The asphalt rubber material shall be held in a reaction tank separate from the storage tank feeding the ARHM plant until the reaction is complete. The reaction tank shall have agitation sufficient to increase the viscosity of the mixture to a peak viscosity reading at least 20 percent higher than the viscosity reading of the material measured at the time that the binder meets all specifications for reacted material. The period of reaction shall not be less than the minimum reaction time specified in Section 203-11.4 and may be extended as needed to produce this result. It shall be the responsibility of the Contractor to demonstrate to the City’s Project Representative through viscosity readings at fifteen- minute intervals through a batch reaction cycle that the equipment conforms to these requirements. The reaction tank shall have a functioning paper circle chart thermometer device, which shall record tank temperatures whenever asphalt rubber is in any stage of production. Seven days before production of asphalt rubber starts, the Contractor shall provide the City’s Project Representative at least 60 blank circle charts suitable for use with the circle chart thermometer device to be used on the project. These charts shall be numbered and signed by the project manager and returned to the Contractor prior to start of construction. These signed and numbered charts shall be used throughout the production of the asphalt rubber. Charts will be used 147 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 136 in consecutive order starting with number one and shall be returned weekly after used to the project manager. Charts shall be identified with the date they were used by the Contractor at time of installing on the equipment, and shall be identified as to the tank to which they were attached. Production of asphalt rubber shall be terminated if this procedure is not followed and shall not be restarted until Contractor demonstrates to the City’s Project Representative that it is capable of complying with this requirement. At the start of each production day, the paper chart shall be replaced with a new signed and numbered sheet, the lead scribe shall be sharpened, and the circle chart shall be calibrated against a sample of material drawn early from the first batch of the day. Any calibration adjustments shall be recorded in the appropriate space provided on the batch log sheet. A spare functional circle chart device shall be at the plant at all times for immediate installation should a failure occur on a circle chart device being used. Calibration shall be performed as part of such installation. The lack of a functional circle chart device on the reaction tank shall be cause to terminate production of asphalt rubber. A blunt lead scribe or a paper chart used on a prior day will be considered to render the device non- functional. B) Storage Tank: After a complete reaction is verified by viscosity readings acceptable to the City’s Project Representative, the material shall be held in a storage tank that is fully isolated from material that is not fully reacted. This tank shall be the only tank feeding the ARHM plant. No material shall be transferred to the storage tank feeding the ARHM plant until reaction is complete in the reaction tank. 912-3 CONSTRUCTION METHODS 912-3.1 General ARHM shall conform to the specifications for Subsection 302-5 of the Standard Specifications except as modified herein. ARHM shall consist of one or more courses of an asphalt-rubber binder and graded aggregate as herein specified placed upon a prepared roadbed or base or over existing pavement. The courses shall be of the type of mixture and the dimensions shown on the Plans or Specifications. 912-3.2 Distribution Spreading Section 302-11.3 of the Standard Specifications is hereby modified as follows: 148 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 137 At the time of delivery to the work site, the temperature of ARHM shall not be lower than 300° Fahrenheit or higher than 350° Fahrenheit. The procedure whereby material is deposited in a windrow then picked up and placed in the asphalt paver with loading equipment may be used. The following shall be provided for the windrow operation: 1. The asphalt paver is of such design that the material will fall into a hopper which has a movable bottom conveyor to feed the screed. 2. The loader (pick-up machine) is constructed and operated so that substantially all of the material deposited on the roadbed is picked up and deposited in the paving machine. 3. Only one truck shall dump ahead of the paving machine, with only enough windrow remaining from the previous dump to provide for adequate material for paving between windrows. The windrow procedure will not be accepted if the temperature of the asphalt concrete in the windrow falls below the specified temperatures. 4. All loose material outside of the windrow shall not be placed on the windrow itself. The loose material shall become property of the Contractor and removed from the site. The Contractor shall designate staging areas for trucks to switch trailers and perform clean out, if necessary. Trucks shall use only designated areas for these purposes. The Contractor shall spread rock dust blotter at a rate of 0.5 pounds per square yard within 500 feet leading away from these areas and on a continuous run back to the point where trucks exit and or enter the area to be paved. The cost of this application will be borne by the Contractor as included in the unit cost for asphalt rubber hot mix. In order to prevent cold longitudinal joints, if a street is not completed in the same day, only transverse joints shall be left open for the next workday. A longitudinal joint will only be allowed at the center of the traveled lane or at the joint of traveled lanes. Longitudinal joints coinciding with existing longitudinal joints will not be allowed. To avoid picking up loose rock in the overlay area, the tires of all trucks must be lightly oiled with linseed oil or soybean oil or approved equal, but not to the point of runoff. Diesel fuel will not be allowed on the project for oil down of equipment. The provisions of Subsection 5-3.1 of the Standard Specifications are hereby incorporated into these Special Provisions, whereby incompetent operators shall be removed from the work. Indications of lack of experience, or unfamiliarity with 149 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 138 the equipment or its operation will be considered incompetence. The Contractor shall be responsible for protecting existing storm drain inlets, swales and culverts to ensure that no sand, gravel, rock dust, tack coat, asphalt, or spoils from paving operations enter into storm drain inlets. All PCC, brick or other decorative surfaces within 500 feet of the work limits that are to be crossed by trucks used to haul pavement material shall be covered with sand or other durable covering prior to applying tack coat. The Contractor shall have sufficient power brooms on site during all periods of distribution and spreading to provide for cleanup of haul routes and work areas. Power broom shall provide miscellaneous cleanup of pavement material spoils as directed by the City’s Project Representative. Power brooms used ahead of paving operations after acceptance of cold milling shall only sweep areas that are accepted as completed for cold milling. Power brooms shall not be operated more than 80 percent full of sweepings. Power brooms that have swept areas not accepted as completed for cold milling shall not enter onto areas that are accepted as completed for cold milling. 912-3.3 Rolling To ensure optimum quality control, the use of more than one paver must be approved in advance by the Engineer, and will generally require one foreman, one sweeper, and a full complement of rollers per Subsection 302-11.4 of the Standard Specifications and this Subsection 712-3.3 for each paving machine. Section 302-9.4 of the Standard Specifications is hereby modified as follows: A vibratory roller shall be used for initial breakdown rolling. The initial breakdown rolling shall be completed before the asphalt-rubber hot mix temperature falls below 275° Fahrenheit measured immediately in front of the roller. Pneumatic rollers shall not be used. The contractor shall provide sufficient rollers to assure complete compaction before the mixture reaches 260° Fahrenheit. If the contractor at any time fails to meet these criteria, placement of additional asphalt concrete shall be suspended until compaction is completed on the material already laid down. An extra breakdown roller shall be on site at all times, free of defects. An intermediate roller of the same or greater width than the breakdown roller shall be rolling directly behind the breakdown roller at all times, and paving shall cease if intermediate rolling is terminated for any reason . Additional intermediate rollers may be necessary depending on production rates. 150 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 139 Once a rolling pattern proves effective and the Contractor elects to use it, the rolling pattern shall remain consistent, unless conditions change and a modified rolling pattern is needed to conform to specification. Paving shall cease whenever the intermediate roller stops rolling. A finish roller shall be provided in addition to intermediate rolling to perform all finish rolling, such that the intermediate roller can stay immediately behind the breakdown roller at all times. 912-3.3.1 Density and Smoothness Density and smoothness shall conform to Subsection 302-5.6.2 of the Standard Specifications, except the second and third paragraph of Subsection 302-5.6.2 shall not apply to ARHM. The relative compaction of the finished mat after final rolling shall be a minimum of 95 percent as measured by California Test 375. The field density of compacted ARHM shall be determined by a nuclear asphalt testing device, calibrated and correlated to cores in conformance with California Test 375. 912-3.3.2 Maximum Density Maximum density samples shall be prepared in conformance with California Test 304, except: A. Compaction shall be performed between 290 and 300 degrees Fahrenheit. 912-3.3.3 Compaction Payment Reduction Based on laboratory tests on AC pavements revealing a highly significant loss of life span accelerating with each 1 percent reduction of compaction, and the well known catastrophic effect of oxidation and stripping of asphalt products due to interconnected voids that develop below 95 percent compaction, and the extreme expense of removing and replacing pavement not compacted to the specified minimum, a nominal deduction of payment will be applied for under-compacted ARHM pavement. The bidder in submitting a bid fully accepts the provisions in this Subsection 712-3.3.3 and agrees that the nominal payment deduction is acceptable and reasonable for these purposes. Payment reductions shall be applied to ARHM compacted less than 95 percent (the specified minimum) and greater than 91.9 percent of the maximum density based on nuclear testing with Part 3 – Test Site Selection of California Test 375 modified as follows: 151 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 140 A lot shall be one day’s production or other lesser portion of paving as determined by the City’s Project Representative to be reasonably contiguous and uninterrupted and deficient in terms of compaction, and a pull shall be the width between joints as the lot is placed. Test site selection shall conform to California Test 375, Part 3, except the number of tests shall be the area of the lot in square feet divided by 400, or a minimum 20 tests, whichever is greater, and any test site within 1.5 feet of a grade break or pavement joint shall be relocated laterally towards the center of the pull to 1.5 feet from such joint or grade break. The mathematical mean average of percent of maximum density represented by all tests shall be calculated, except any test results outside of this mean plus two standard deviations based on all tests, shall be rejected. The mean average shall be calculated directly from the remaining values. A compensation reduction shall be deducted from the contract unit price for ARHM for material within any lot determined to be below minimum relative compaction in conformance with Table 712-3.3.3A. To compute the compensation reduction, multiply the unit price for ARHM times the reduced compensation factor corresponding to the mean average compaction of the lot. Any lot with tests indicating a mean average compaction of 91.9 percent or less shall be removed and replaced at the Contractor’s expense. TABLE 712-3.3.3A REDUCED COMPENSATION FACTORS Relative Compaction (Percent) Reduced Compensation Factor Relative Compaction (Percent) Reduced Compensation Factor 95.0 0.000 93.4 0.062 94.9 0.002 93.3 0.068 94.8 0.004 93.2 0.075 94.7 0.006 93.1 0.082 94.6 0.009 93.0 0.090 94.5 0.012 92.9 0.098 94.4 0.015 92.8 0.108 94.3 0.018 92.7 0.118 94.2 0.022 92.6 0.129 94.1 0.026 92.5 0.142 94.0 0.030 92.4 0.157 93.9 0.034 92.3 0.175 93.8 0.039 92.2 0.196 93.7 0.044 92.1 0.225 152 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 141 93.6 0.050 92.0 0.300 93.5 0.056 912-3.4 Intersections Where asphalt concrete overlay work is required on a through street at an intersection without a concrete cross gutter, the overlay on the cross street shall extend to the ECR return where a keycut will be made transverse to the cross street as noted on the Plan or as directed by the City Inspector. Transverse keycuts shall be completed from curb to curb. 912-3.5 Sampling The Engineer will sample the asphalt concrete from the truck bed, paving machine hopper or mat behind the spreading machine at various intervals. The contractor shall facilitate the sampling process. 912-3.6 Tack Coat A Tack Coat shall be furnished and applied to all areas to be surfaced in accordance with the provisions of the Standard Specifications Section 302-5.4 and Section 910, “Tack Coat.” 912-3.7 Rock Dust Blotter At the option of the engineer, a rock dust blotter may be required. Rock Dust per Subsection 200-1.2 of the Standard Specifications shall be uniformly applied using a mechanical spreader at a rate of approximately three pounds per square yard. The cost of this application will be borne by the contractor. Lack of uniformity of application of rock dust shall be cause to terminate paving operations. The rock dust spreader apparatus shall have the capability to allow the carrier vehicle to back down the new ARHM mat on the rock dust as it is distributed ahead of the vehicle. Rock dust shall not be spread until final rolling is complete and pavement temperatures have dropped below 200 degrees Fahrenheit, except as authorized by the engineer. 153 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 142 912-4 MEASUREMENT AND PAYMENT Measurement and payment of ARHM shall be the same as for asphalt concrete per Subsection 302-5.9 of the Standard Specifications. Payment for ARHM shall be made at the contract unit price per ton. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. 154 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 143 SECTION 913 PORTLAND CEMENT CONCRETE IMPROVEMENTS (Bid Item No. 13 thru 22) 913-1 GENERAL New and existing concrete facilities, including curb, curb and gutter, local depressions, sidewalk, commercial and private driveways, handicap ramps, concrete cross gutters and spandrels, and other facilities shown on the Plans shall be removed and replaced or constructed at the locations indicated on the Plans or as directed by the Engineer. The existing concrete shall be sawcut full depth prior to excavation. In locations where the curb and gutter were cast monolithically with the sidewalk, the sawcut shall extend to the full depth required to assure complete separation of the curb from the sidewalk. Any concrete broken due to the Contractor's failure to comply with these requirements shall be removed and replaced at the Contractor's expense. Where sidewalk, curb, and curb and gutter is to be removed and replaced or constructed within the same location that has been disturbed by tree roots, and where roots are found, the base and soil shall be over excavated an additional 12 inches and any tree roots removed. Any roots over 4 inches thick must be reviewed by the Arborist prior to removal. 913-2 BASE PREPARATION The existing concrete to be replaced shall be removed and disposed of by the Contractor in accordance with the construction documents. The existing subgrade shall be compacted to 90% relative compaction and trimmed to the dimensions shown on the plans. All work shall comply with Section 300 of the Standard Specifications. Soil sterilization shall be performed in accordance with Section 301-1.2 of the Standard Specifications. 913-3 MATERIALS Concrete shall conform to Section 201 of the Standard Specifications and shall be Class 520-C-2500. 913-4 CONSTRUCTION Construction shall conform to Section 303 of the Standard Specifications and the following standard plans: 155 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 144 Concrete Sidewalk VCRdStds Plate E-3. SSPWC 112-2 Concrete Curb VCRdStds Plate E-1, SSPWC 120-3, Concrete Curb and Gutter VCRdStds Plate E-1, SSPWC 120-3, Concrete Cross Gutter VCRdStds Plate E-1, SSPWC 122-1 Sewer Manhole Adjust to Grade SSPWC 205-3 Concrete Local Depression SSPWC 313-4 Storm Drain MH Adjust to Grade SSPWC 321-2 Curb Opening Catch Basin SSPWC 300-4 Concrete Curb Ramp Caltrans SSP A88A, Case A,G Type 2 Post Caltrans SSP ES-7A Streetlight Foundation Caltrans SSP ES-7N Electrical Pull Box Adjust to Grade Caltrans SSP ES-8A Sign Post Installation County of Ventura Std. Dwg. F-3 Water Valve Adjust to Grade County of Ventura Std. Dwg. W-2 Water Meter Connection County of Ventura Std. Dwg. W-5 Fire Hydrant Relocation County of Ventura Std. Dwg. W-9 Backflow Device County of Ventura Std. Dwg. W-14 New curb ramps shall include truncated domes in conformance with current standards. The new concrete facilities shall be placed as marked by the Engineer. The line and grade of the replaced facilities shall conform to the existing facilities. In most instances, this will consist of a straight line between existing facilities. The Contractor shall water test all repaired curbs and gutters, cross gutters, and other repaired drainage facilities in the presence of the City's Inspector. Contractor shall protect work until the concrete has cured sufficiently to prevent vandalism (graffiti inscriptions) to the finished work. Vandalized concrete shall be removed and replaced at the Contractor's expense. Where curb or curb and gutter is to be removed and replace adjacent to pavement which is to remain in place, the asphalt concrete shall be removed at least 24 inches away from the concrete. After concrete is placed and cured, roadway subgrade shall be compacted to 90% relative compaction and the void filled with asphalt concrete in lifts not to exceed 2-1/2 inches. For concrete to be removed but not replaced, the void left shall be backfilled with clean native material. After curing has been completed and forms have been removed from the new curb and gutter or sidewalk, the void between the new concrete and the existing parkway shall be filled with clean native material and the entire parkway left in a clean and orderly condition. Driveways and alley approaches, including curb and gutter section adjacent, shall be removed and replaced within twenty four (24) hours. Curing time shall be seventy-two (72) hours. 156 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 145 913-5 MEASUREMENT AND PAYMENT Measurement and payment for sidewalk will be included in the unit price paid per square foot for 4” P.C.C. Sidewalk and shall include full compensation for subgrade preparation, furnishing, spreading and compacting PMB, construction of forms; furnishing, placing and finishing concrete; expansion joints, score marks, curing compound and stripping of forms, complete and in place. Measurement and payment for brick sidewalk will be included in the unit price paid per square foot for Brick Walkway and shall include full compensation for furnishing all labor, materials, tools, equipment, transport and incidentals and for doing all the work required for subgrade preparation; spreading and compacting aggregate base; spreading and compacting bedding sand; and installing brick pavers; complete and in place as shown on the plans, specified in the specifications and as directed by the City's Representative. Measurement and payment for cross gutters will be included in the unit price paid per square foot for P.C.C Cross Gutter and shall include full compensation for subgrade preparation, furnishing, spreading and compacting PMB, furnishing all construction materials, the construction of all forms, furnishing, placing and finishing concrete; expansion joints, placement of dowels, curing compound and stripping of forms, complete and in place. Measurement and payment for concrete curb will be included in the unit price paid per lineal foot for 4” P.C.C. Curb and 6” P.C.C. Curb and shall include full compensation for subgrade preparation, furnishing, spreading and compacting PMB, construction of forms; furnishing, placing and finishing concrete; expansion joints, score marks, curing compounds, and stripping of forms, complete and in place. Measurement and payment for concrete curb and gutter will be included in the unit price paid per lineal foot for 4” P.C.C. Curb and 18” Gutter, 6” P.C.C. Curb and 18” Gutter and 8” P.C.C. Curb and 18” Gutter and shall include full compensation for subgrade preparation, furnishing, spreading and compacting PMB, construction of forms; furnishing, placing and finishing concrete; expansion joints, score marks, curing compounds, and stripping of forms, complete and in place. Measurement and payment for concrete parking areas will be included in the unit price paid per square foot for 6” P.C.C. Parking Area and shall include full compensation for furnishing all construction materials, the construction of all forms, furnishing, placing and finishing concrete; expansion joints, curing compound and stripping of forms, complete and in place. Measurement and payment for concrete curb ramps will be included in the unit price paid per each for P.C.C. Curb Ramps and shall include full compensation for subgrade preparation, furnishing, spreading and compacting PMB, construction of forms; furnishing, placing and finishing concrete; expansion joints, score marks, curing 157 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 146 compound, stripping of forms, and installing detectable warning devices; complete and in place. 158 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 147 SECTION 914 ADJUST UTILITY COVERS (Bid Item No. 31 thru 37 and 41 thru 44) 914-1 SCOPE OF WORK All manhole, water/gas valves, sewer clean-outs, water meters/boxes, and pull boxes shall be adjusted to finish grade after construction operations are completed as directed by the Engineer. The work includes manhole frames, grates, covers, utility valve and pull boxes. All covers shall be marked and protected as specified herein. 914-2 CONSTRUCTION The Contractor shall mark, as approved by the Engineer, and completely protect with heavy plastic or other suitable material, as approved by the Engineer, all utility covers or other items which are visible on the surface and will be covered by his operations. This shall be completed prior to the start of that operation, and approved by the Engineer. For all sewer manhole covers, the Contractor shall ensure that the pick hole is clear of all asphaltic or fabric materials immediately after each stage of work, thus enabling identification of any sewer system back-up by the visible presence of effluent. The Contractor shall also scribe an “X” into the fresh pavement over all utility covers immediately after each stage of work, to assist crews in locating any covered manhole or valve. All manhole, utility valve, and pull boxes shall be adjusted to grade after construction of the final resurfacing materials. The length of time between paving and the raising of any given cover shall not exceed seven (7) days. Care shall be taken to keep frames and covers clean. Any materials that have adhered to the frames and covers shall be removed. The concrete around the manholes shall be left 1-1/2" lower than the adjacent pavement. The surface shall be tack coated with 0.10 gallons per square yard and paved with Type D-3 asphalt concrete. Immediately after placement, the surface shall be sand sealed. 914-3 MEASUREMENT AND PAYMENT Measurement and payment for adjusting manholes to finish grade will be made at the contract unit price per each. The above unit prices include any costs incurred for keeping the manhole cover pick holes clear and for marking with an “X” the fresh asphalt over manhole covers, and no further payment will be made for these items. The above contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, coordination with utility owner and incidentals for adjusting utilities in accordance with the Contract Documents. 159 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 148 Measurement and payment for adjusting or removing valves will be made at the contract unit price paid for each and shall include full compensation for coordination with utility owner, pavement excavation, valve box and concrete ring removal and disposal off site, furnishing and installation of new valve box, lid and concrete ring to finish grade and repave around disturbed area, complete and in place. Measurement and payment for adjusting water meter boxes shall be made at the contract unit price per each shall include full compensation for excavation, backfill, and compaction, complete and in place. Measurement and payment for adjusting pull boxes and vaults will be made at the unit price per each shall include full compensation for coordination with utility owner, excavation, bedding, and backfill; including any modification to conduit sweeps and wiring required, complete and in place. 160 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 149 SECTION 915 PROTECT SURVEY MONUMENTATION (Not a Bid Item) 915-1 GENERAL The work shall consist of protecting existing survey monumentation both in the existing pavement area and in existing concrete facilities including sidewalks and curbs. The existing monumentation to be protected shall include all existing survey monuments; pipes; railroad spikes; lead and tacks; scribes in concrete; and other survey markers which may be disturbed by the work. The Contractor shall identify such monuments to the City, which are not indicated on the plans. The survey monumentation to be protected shall be verified by the City prior to any work to protect the monument. 915-2 CONSTRUCTION Where a survey monument will be removed due to this construction, the Contractor shall save the monuments, markers, and appurtenances. The reinstallation of the actual monuments and/or property corners will be accomplished by the Contractor’s Surveyor. A forty-eight hour notification to the City is required before removal of a survey monument tie. 915-3 MEASUREMENT AND PAYMENT No separate payment will be made for work performed or for compliance with the requirements outlined in this Section, “Special Conditions.” Full compensation for such work and features shall be considered as included in the contract unit or lump sum prices bid for other applicable items of work, and no additional compensation will be allowed therefore. 161 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 150 SECTION 916 TRAFFIC SIGNING AND PAVEMENT DELINEATION (Bid Item No. 57 thru 66) 916-1 GENERAL Traffic signing and pavement delineation shall consist of the restoration of the existing painted traffic striping, reflective and non-reflective raised pavement markers (including blue hydrant markers), providing traffic signs, temporary lane line delineation. The Contractor shall locate and reference any existing pavement striping and marking prior to starting any work at any location if not shown on the striping plans. The pavement shall be delineated as specified in these Special Provisions, and as directed by the Engineer. The traffic signs, traffic paint, raised pavement markers, reflective materials, the application of new painted striping, and pavement markings, the installation of new raised pavement markers, and the removal of existing signs, striping, pavement markings and raised pavement markers shall conform to the provisions in the SSS Sections: 82, "Signs and Markers"; 84, "Markings"; and 85 “ in addition to the Standard Plans, and these Special Provisions. The SSS Measurement and Payment clauses are hereby deleted. 916-2 REFLECTIVE AND NON-REFLECTIVE RAISED PAVEMENT MARKERS Raised pavement markers shall be supplied and be placed in accordance with the SSS Section 85 and these Special Provisions. Pavement markers shall be the type and color shown on the Plans, and the work shall be in conformance with the SSS Subsection 85-1. A materials certificate of compliance will be required prior to the placement of any markers. Placement of the markers shall be in conformance with the provisions of the SSS Subsection 82-5. Pavement markers shall be in place no sooner than fourteen (14) days after the surface course of pavement has been opened to public traffic. 916-3 PAVEMENT DELINEATION Striping, pavement legends and symbols shall be thermoplastic, painted and raised markers as shown on the plans. Striping, pavement legends and symbols shall not be placed until spotted and the spotting is approved by a City representative. All paint shall be approved for use in this area by the APCD. Paint shall be applied in three (3) coats with adequate drying time between applications. The first coat of paint shall be applied no sooner than seven (7) calendar days after final paving. The second and third coats shall be placed after the previous coat is dry, and both shall be reflectorized. All striping and markings shall be completed within 14 days of completing the paving. 162 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 151 Striping details, pavement legends and symbols shall conform to those in Caltrans Standard Plans, current edition. Pavement legends and symbols shall be white, unless noted otherwise. All conflicting existing striping and pavement markers, which will not be covered by new construction, shall be removed by wet sandblasting. Painted lines and markings shall be removed by wet sandblasting. In areas adjacent to the pavement overlay where existing striping must be revised to conform to a revised striping pattern on the overlay, conflicting striping shall be removed by wet sandblasting. 916-4 TRAFFIC SIGNS All details and dimensions for traffic signs shall conform to the Caltrans Sign Specifications, Traffic Manual, Maintenance Manual, and Standard Plans and Standard Specifications. Copies are available from the Caltrans Central Publication Distribution Unit, 6002 Folsom Boulevard, Sacramento, CA 95819. All signs shall be reflectorized high intensity sheeting on 0.080 inch thick 5052H38 aluminum. Materials shall be certified by the manufacturer as meeting all applicable specifications. Sign posts shall be 2-inch 12 gauge metal posts with knockout holes. Sign installation hardware shall be vandal resistant. Wood posts are not acceptable. All signs shall be installed per County of Ventura Road Standards Plate F-3. Prior to installation, the Contractor shall verify with the Engineer the precise locations of all traffic signs. Traffic signs to be relocated shall be removed and re-set on the existing posts/sleeves or better. It shall be the Contractor’s responsibility to protect the signs and posts/sleeves during relocation for their re-use. Signs and posts/sleeves damaged during relocation shall be replaced at the Contractor’s expense, in accordance with these Special Provisions. 916-5 TEMPORARY MARKINGS Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the provisions in the SSS Section 12-3.01, "General," and these Special Provisions. Nothing herein shall be construed as to reduce the minimum standards specified in the Manual of Traffic Controls, or as relieving the Contractor from his/her responsibility as provided in the SSS Section 7-1.04, "Public Safety." Lane line and/or centerline pavement delineation where pre-existing or shown to be installed in like kind shall be provided at all times for traveled ways open to public traffic. Whenever the work causes obliteration of any pavement delineation, temporary pavement delineation or permanent traffic stripes delineation of the appropriate color and detail shall be in place prior to opening the traveled way to public traffic. The delineation 163 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 152 shall be placed in the location shown on the striping plans for permanent delineation (modified if necessary to provide a proper length transition to an adjacent Segment). Existing pavement markers, when no longer required for traffic lane delineation as directed by the Engineer, shall be removed and disposed of in accordance with the SSS Section 84-9, "Existing Markings." Surfaces on which temporary pavement delineation is to be applied shall be cleaned of all dirt and loose material and shall be dry when the pavement delineation is applied. All work necessary to establish satisfactory lines for temporary pavement delineation shall be performed by the Contractor. Temporary pavement delineation that is damaged from any cause during the progress of the work shall be immediately repaired or replaced by the Contractor at the Contractor's expense. Temporary pavement delineation for lane lines and centerlines shall consist of temporary reflective pavement markers placed and maintained at longitudinal intervals of not more than 24 feet apart. The interval for multiple left turns through intersections shall be not more than 10 feet apart. Temporary reflective pavement markers shall be the same color (yellow to separate opposing traffic or white to separate adjacent lanes in the same direction) as the lane line or centerline the temporary pavement markers replace. The temporary reflective pavement markers shall be, at the option of the Contractor, one of the following or equal: Temporary Overlay Marker (Types Y and W) manufactured by Davidson Plastics Company, 18726 East Valley Highway, Kent, Washington 98032, Telephone (206) 251-8140. Safe-Hit Temporary Pavement Marker, manufactured by Safe-Hit, Corporation, 930 West Hinton Avenue, Building #11, Hayward, CA 95545. Swareflex Pavement Marker (Models 3553, 3554, Cat Eyes Nos. 3002 and 3004), manufactured by Swarecon and distributed by Servtech Plastics Inc., 1714 South California Street, Monrovia, CA 91016, Telephone (818) 359-9248. Stimsonite Construction Zone Marker (Model 66), manufactured by Amerace Corporation, Signal Products Division, 7542 North Natchez Avenue, Niles, IL 60648, Telephone (312) 647-7717. Flex-O-Lite Raised Construction Marker (RCM), manufactured by Flex-P-Lite, Lukens Company, P.O. Box 4366, St. Louis, MO 63123-0166, Telephone (800) 325-9525. 3M Scotch-Lane A200 Pavement Marking System (reflective raised pavement marker on reflective traffic line tape), manufactured by 3M Company, Traffic Control Materials Division, 223-3N 3M Center, St. Paul, MN 55144. 164 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 153 MV Plastic Chip Seal Marker (1280/1281 Series), manufactured by MV Plastics, Inc., 533 Collins Avenue, Orange, CA 92667, Telephone (713) 532-1522. Temporary reflective tape (intersection multiple left turns only). Temporary reflective pavement markers shall be applied in accordance with the manufacturer's recommendations. Butyl adhesive pads shall be used to apply temporary reflective pavement markers to the top layer of permanent surfacing or existing surfacing. Temporary pavement delineation shall be maintained until replaced with the planned permanent pavement striping. When no longer required, temporary pavement delineation that conflicts with permanent pavement delineation, as determined by the Engineer, shall be removed and disposed of in accordance with the provisions in Section 7-1.13 of the SSS, "Disposal of Material Outside the Highway Right of Way." 916-6 THERMOPLASTIC PAVEMENT MARKING MATERIAL Thermoplastic pavement marking materials and installation shall conform to SSS Section 84-2. Materials shall consist of extruded alkyd binder thermoplastic in conformance with State Specification 8010-19A. 916-7 MEASUREMENT AND PAYMENT Measurement and payment for lane line paint striping, complete in place, will be made at the contract unit prices per lineal feet bid for Detail 38 8” White Solid Paint Stripe with Reflective Markers, Detail 38A 8” White Solid Paint Stripe, Detail 39 6” White Solid Paint Stripe, Detail 39A 6” White Dashed Paint Stripe, and Detail 22 Double 6” Yellow Solid Centerline with Reflective Markers as shown in the Bid Schedule. Measurement and payment for thermoplastic markings, complete and in place will be made at the contract unit prices paid per square foot for Thermoplastic 24” White Continental Crosswalk, Thermoplastic Yield Line and Thermoplastic Pavement Legends as shown in the Bid Schedule. Measurement and payment for traffic signs will be made at the contract unit prices per each for Furnish and Install Traffic Sign and Furnish and Install Traffic Sign and Post as shown in the Bid Schedule. The above contract price and payment shall be considered as full compensation for furnishing all labor, tools, equipment, materials, transportation and incidentals, and for doing all the work involved and necessary for construction of traffic signing and pavement delineation, complete in place, as specified in the SSS and these Special Provisions, and as directed by the Engineer. 165 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 154 Full compensation for the installation, removal and disposal of existing and temporary pavement markers shall be considered as included in the contract unit price bid for other applicable items of work and no additional compensation will be allowed therefore. Damage of any signs, posts or post sleeves as a result of the construction operations, shall be considered as included in the contract unit lump sum prices bid for other applicable items of work, and no additional compensation will be allowed therefore. Full compensation for furnishing, placing, maintaining, and replacing (regardless of the number of times it is required) temporary pavement delineation, and for removal and disposal of the temporary reflective pavement markers shall be considered as included in the contract prices bid paid for the various items of work and no separate payment shall be made therefore. Full compensation for removing and disposing of existing or temporary pavement markers shall be considered as included in the contract unit price bid for asphalt concrete pavement and no separate payment shall be made therefore. 166 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 155 SECTION 917 DRAINAGE SYSTEMS (Bid Item No. 45 thru 50) 917-1 GENERAL The work performed in connection with drainage systems shall conform to the Standard Specifications Section 207 “Gravity Pipe” and Section 306 “Open Trench Conduit Construction”, except as modified within these Special Provisions. 917-2 MATERIALS 917-2.1 Reinforced Concrete Pipe Reinforced Concrete Pipe shall conform to the specifications of A.S.T.M. Designation C76 and shall be the class as identified on the project plans. Portland Cement used in the manufacture of reinforced concrete pipe shall conform to the requirements of the specifications for Type II Portland Cement, A.S.T.M. Designation C150. Tests on reinforced concrete pipe shall be required to determine conformance with "D" load and reinforcing requirements of these specifications. In lieu of the above testing of reinforced concrete pipe, the Contractor may submit to the City Engineer the manufacturer's "Certificate of Compliance" guaranteeing the requirements of A.S.T.M. C76. 917-2.2 Steel Frame and Cast-Iron Covers Steel frames and covers shall be provided and installed as designated on the project plans. The materials shall conform to the following: Manhole frame and cover shall conform to Section 206-3 “Gray Iron and Ductile Iron Castings” of the Standard Specifications. 917-2.3 Miscellaneous Concrete Concrete used for concrete collars shall conform to the requirements as identified in Section 913 “Portland Cement/Concrete Improvements” of these Special Provisions. 167 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 156 917-3 CONSTRUCTION The contractor shall use the specifications of Section 306 “Open Trench Conduit Construction” of the Standard Specifications for the installation of the required items. The specified section identifies requirements for trenching, backfill, laying pipe, bedding, and joining pipe. 917-4 MEASUREMENT AND PAYMENT Measurement and payment for curb opening catch basin will be made at the contract price and payment each and shall include full compensation for furnishing construction materials, construction of all forms, delivery and placement and finishing of concrete, expansion joints, placement of reinforcing steel, pipe connections, water stops; metal fabrications including steps, frames, covers, etc.; curing compound, stripping of forms, patching of form ties, shoring, and dewatering, complete and in place. Measurement and payment for reinforced concrete pipe shall be made at the contract unit price per lineal foot of pipe installed as measured from inside wall of catch basin to inside wall of existing storm drain mainline and shall include full compensation for potholing, trench excavation, trench shoring, dewatering, pipe bedding, pipe, pipe installation, mortaring joints, hauling, trench backfill (native and import), and compaction, complete and in place. Measurement and payment for concrete pipe connections and concrete collars shall be made at the contract unit price bid per each as shown in the Project Plans. The above contract price and payment shall be considered as full compensation for furnishing all labor, tools, equipment, materials, transportation and incidentals, and for doing all the work involved and necessary for trenching, excavating, constructing, bedding, backfilling compacting, complete in place, as specified in the SSS and these Special Provisions, and as directed by the Engineer. Measurement and payment for parkway drains shall be made at the contract unit price bid per each for Parkway Drain (S=1’ and 6’) as shown in the Bid Schedule and the Project Plans and shall include full compensation for furnishing construction materials, construction of all forms, delivery and placement and finishing of concrete, expansion joints, placement of reinforcing steel, connections, etc.; curing compound, stripping of forms, patching of form ties, complete and in place.. Damage of any items outside the clean payment lines, as a result of the construction operations, shall be considered as included in the contract prices bid for other applicable items of work, and no additional compensation will be allowed therefore. 168 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 157 SECTION 918 WIRE AND CABLING (Not a Bid Item) 918-1 GENERAL 918-1.1 SUMMARY A. The CONTRACTOR shall provide wire and cable, complete and operable, in accordance with the Contract Documents. B. In the event that motors provided are larger horsepower than the motors indicated, raceways, conductors, starters, overload elements, and branch circuit protectors shall be revised as necessary to control and protect the increased motor horsepower in accordance with Electric Motors. Revisions are part of the WORK of this Section. 918-1.2 ACTION SUBMITTALS A. The CONTRACTOR shall submit Shop Drawings in accordance with Contractor Submittals and Electrical Work, General. Submit cable test results. 918-1.3 DELIVERY, STORAGE AND HANDLING A. The CONTRACTOR shall protect all cables from damage at all times. B. Cable ends shall be protected from water entry in accordance with the manufacturer’s recommended procedures. Cable ends shall not be left open in manholes or other locations subject to submergence. If the cable ends become submerged prior to splicing or termination, the cables shall be replaced in their entirety. C. Cables shall be pulled into raceways in accordance with the manufacturer’s requirements. Under no circumstances shall cable pulling tensions exceed the manufacturer’s written instructions. D. Pulling tensions on raceway cables shall be within the limits recommended by the cable manufacturer. Wire pulling lubricant, where needed, shall be UL approved. 169 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 158 918-2 PRODUCTS 918-2.1 EQUIPMENT A. Conductors, include grounding conductors, shall be stranded copper. Aluminum conductor and/or solid conductor wire and cable will not be permitted. Insulation shall bear the UL label, the manufacturer's trademark, and identify the type, voltage, and conductor size. Conductors except flexible cords and cables, fixture wires, and conductors that form an integral part of equipment such as motors and controllers shall conform to the requirements of Article 310 of the National Electric Code, latest edition, for current carrying capacity. Flexible cords and cables shall conform to Article 400, and fixture wires shall conform to Article 402. Wiring shall have wire markers at each end. B. Low Voltage Power and Lighting Wire 1. Wire rated for 600 volts in duct or conduit for power and lighting circuits shall be single conductor, Class B Type XHHW or XHHW-2 cross-linked polyethylene conforming to UL-44 - UL Standard for Thermoset-Insulated Wires and Cables. THHN/THWN wire shall not be permitted to be used for any power or control wiring in this project, except as specifically permitted within control panels. 2. Conductors for feeders as defined in Article 100 of the NEC shall be sized to prevent a voltage drop exceeding 3 percent at the farthest outlet of power, heating, and lighting loads, or combinations of such loads, and where the maximum total voltage drop on both feeders and branch circuits to the farthest connected load does not exceed 5 percent. 3. Conductors for branch circuits as defined in Article 100 of the NEC shall be sized to prevent voltage drop exceeding 3 percent at the farthest connected load or combinations of such loads and where the maximum total voltage drop on both feeders and branch circuits to the farthest connected load does not exceed 5 percent. 4. Wiring for 600 volt class power and lighting shall be as manufactured by Okonite, General Cable, Southwire, or equal. C. Low Voltage Control Wire 1. Low voltage control wire in duct or conduit shall be the same type as power and lighting wire indicated above. 2. Control wiring shall be No.14 AWG. 170 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 159 3. Control wires inside panels and cabinets shall be machine tool grade type MTW, UL approved, rated for 90 degrees C at dry locations, and be as manufactured by American, General Cable, or equal. D. Instrumentation Cable 1. Instrumentation cable shall be rated at 300 volts, minimum. 2. Individual conductors shall be No. 16 AWG stranded, tinned copper. Insulation shall be color coded polyethylene: black-clear for 2 conductor cable and black-red-clear for 3 conductor cable. 3. Instrumentation cables shall be composed of the individual conductors, an aluminum polyester foil shield, a No. 18 or larger AWG stranded, tinned copper drain wire, and a PVC outer jacket with a thickness of 0.047-inches. 4. Single pair, No. 16 AWG, twisted, shielded cable shall be Belden Part No. 8719, similar by General Cable, or equal. 5. Single triad, No. 16 AWG, twisted, shielded cable shall be Belden Part No. 8618, similar by General Cable, or equal. E. Low Voltage Power and Control, Multi-Conductor/Tray Cable 1. Multi-conductor tray cable shall be rated 600 volts, listed by UL as Type TC cable per Article 336 of the NEC. The individual conductors shall be UL listed as Type XHHW or XHHW-2, with a sunlight- resistant PVC overall jacket. 2. Minimum conductor sizes shall be the same as for power and lighting wire and control wire as specified above. 3. Multiple conductor power cables include the following: Phase Conductor Size (AWG) Minimum Ground Wire Size (AWG) No. of Conductor s (not incl. Ground) 12 12 2 3 10 10 2 3 8 10 3 6 8 3 4 6 3 171 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 160 Phase Conductor Size (AWG) Minimum Ground Wire Size (AWG) No. of Conductor s (not incl. Ground) 2 6 3 1/0 6 3 2/0 4 3 4/0 4 3 4. Multi-conductor control cables include the following: Conductor Size (AWG) No. of Conductors (Including 1#14 AWG Ground) 14 3 14 4 14 5 14 7 14 9 14 12 14 19 14 37 F. VFD Power Cable 1. VFD power cable shall be three (3) conductor, stranded copper, PVC jacketed, shielded type, tray cable (TC) rated 600 volts with three (3) symmetrical ground conductors. The individual conductors shall be UL listed as Type XHHW-2 or RWH-2 rated for 90 degrees C at wet and dry locations, with XLPE insulation. 2. VFD Cables shall be as manufactured by Belden, Alpha, General Cable, or equal. G. Medium Voltage Cable - General 1. Individual conductors shall be copper, Class B, stranded. H. RRFB Cable 172 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 161 1. RRFB cable shall be six (6) conductor, 18AWG, Outdoor/Burial Rated, ICEA E2 Color 918-3 EXECUTION 918-3.1 INSTALLATION A. All conduit and connections placed for this project shall be Schedule 40 PVC with bell ends at all exposed terminations. B. When conduit is placed in a trench (not under sidewalk or pavement), after the bedding material is placed and conduit installed, the trench shall be backfilled with commercial quality concrete containing not less than 421 pounds of cement per cubic yard, to not less than 4 inches above the conduit before additional backfill material is placed. C. The outline of all areas of pavement to be removed shall be cut to a minimum depth of 3 inches with a concrete saw or with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. D. Where conduits terminate inside a pull box the top of the conduit installed shall be a minimum of 5” and a maximum of 7” below the top of the pull box. E. After conductors have been installed, the ends of conduits terminating in pull boxes, service enclosures, controller cabinets, and under roadway surfaces shall be sealed with an approved type of sealing compound. F. At locations where conduit is to be installed under pavement, and in the event that obstructions are encountered, upon approval of the Engineer, small holes may be cut in the pavement to locate and/or remove obstructions. Jacking or drilling pits shall be kept at a minimum of 2 feet clear of the edge of any type of pavement wherever possible. G. At all locations where conduit is to be installed by jacking or drilling, installation shall be as provided in Section 87-1.03B, “Conduit Installation,” of the Standard Specifications. H. Conduits shall be to a depth of not less than 18 inches below grade under concrete sidewalks and curbed paved median areas, and not less than 30 inches below finished grade in all other areas. I. Wherever existing concrete sidewalk must be removed for foundation or conduit installation, saw cuts shall be made on existing weakened plane joints or in a manner approved by the City’s Representative. In no case shall concrete sidewalks be saw cut and removed so that less than one square remains. 173 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 162 J. Unless shown otherwise on the plans, existing street lighting pull boxes within the construction limits shall be removed and disposed offsite. Existing conduits not incorporated into the new electrical system at each location shall be removed or abandoned. Conductors shall be removed from abandoned conduits. K. The Contractor shall relocate or repair damaged irrigation equipment during the course of trenching for new conduit paths. 918-3.2 FIELD QUALITY CONTROL A. Cable Assembly and Testing: Cable assembly and testing shall comply with applicable requirements of ICEA Publication No. S-95- 658/NEMA WC70 - Ethylene-Propylene-Rubber Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. Factory test results shall be submitted in accordance with Contractor Submittals, prior to shipment of cable. The following field tests shall be the minimum requirements: 1. Insulation resistance testing, using a DC megohmeter, shall be performed on cables operating at more than 2,000 volts to ground. Time-resistance readings shall be taken and recorded at intervals of 30 seconds and one minute. Time- resistance voltage levels shall be per the cable manufacturer's recommendations. 2. Power cable rated at 600 volts shall be tested for insulation resistance between phases and from each phase to a ground using a megohmeter. 3. Field testing shall be done after cable is installed in the raceways. 4. Field megger testing may be performed by the CONTRACTOR or a NETA-certified test organization. When tested by the CONTRACTOR, submit test equipment calibration sheets prior to performing any field testing. Test results shall be submitted to the ENGINEER for review and acceptance. 5. Cables failing the tests shall be replaced with a new cable or be repaired. Repair methods shall be as recommended by the cable manufacturer and shall be performed by persons certified by the industry. 174 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 163 B. Continuity Test: Control and instrumentation cable shall be tested for continuity, polarity, undesirable ground, and origination. Such tests shall be performed after installation and prior to placing cable in service. END OF SECTION 175 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 164 SECTION 919 LIGHTING (Bid Items No. 67 thru 73) 919-1 GENERAL 919-1.1 SUMMARY A. Provide luminaires and accessories, complete and operable, in accordance with the Contract Documents. 919-1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Codes NFPA 70 National Electric Code NEMA 250 Enclosures for Electrical Equipment (1,000 Volts Maximum) International Building Code (IBC) Earthquake Requirements UL-595 Standard for Safety Marine-Type Electric Lighting Fixtures UL-844 Standard for Safety Electric Lighting Fixtures for Use in Hazardous (Classified Locations) UL-924 Standard for Safety Emergency Lighting and Power Equipment ANSI C82.1 Specifications for Fluorescent Lamp Ballasts ANSI C84.4 Specifications for High-Intensity-Discharge Lamp Ballasts (Multiple SupplyType) Standards of the Certified Ballast Manufacturer’s Association 919-1.3 CONTRACTOR SUBMITTALS A. Furnish the following information: 1. Luminaires a. catalog data sheets and photos 176 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 165 b. luminaire finish and metal gauge c. lens material, pattern, and thickness d. IES lighting classification and isolux diagram e. fastening details to wall or pole f. ballast type, location, and method of fastening g. for light poles: wind loading; complete dimensions; and finish 2. Lamps a. voltages b. colors c. approximate life (in hours) d. approximate initial lumens e. lumen maintenance curve f. lamp type and base 3. Photocells a. voltage and power consumption b. capacity c. contacts and time delay d. operating levels e. enclosure type and dimensions f. temperature range 919-2 PRODUCTS 919-2.1 LUMINAIRES A. General 1. Additional WORK requirements are indicated in the Luminaire Schedule on the Drawings. 177 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 166 2. LED luminaires that can be serviced in place shall be provided with a disconnecting means either internal or external to each luminaire, in accordance with the requirements of NEC. 3. Provide a feed-through type or separate junction box. 4. Provide minimum 10 AWG wire leads. 5. Installations shall be UL-labeled as "Suitable for Wet Locations." 6. Provide removable and prewired ballasts. 7. When factory-installed photocells are provided, the entire assembly shall be UL-labeled. 919-2.2 LED LUMINAIRES A. New luminaires shall be LED Roadway Lighting rated for an 100,000 hour design life with 8,852 lumen output, 3000K Color temperature and Type III distribution pattern and shall conform to “LED Luminaires” of the State Standard Specifications. 919-2.3 LIGHTING CONTROL A. Time Switch 1. time dial as indicated and day-omitting device 2. Bypass Switch a. pre-wired b. externally-operated ON/AUTO/OFF switch for each circuit indicated 3. contact configuration and rating for circuits as required 4. Reserve Power a. spring-driven b. capable of operating the time switch for 16 hours after power failure 5. Wired for use with indicated photocell B. Photocell 1. Photo Control: automatic ON-OFF switch 178 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 167 2. Housing: self-contained; die-cast aluminum; unaffected by moisture, vibration, or temperature changes 3. Settings: ON at dusk; OFF at dawn 4. Provide a time delay feature in order to prevent false switching. 5. Field-adjustable to control operating levels 919-2.4 PULL BOXES A. General 1. Pull boxes shall be of concrete construction, No. 5 minimum. Plastic pull boxes and covers will not be allowed. 2. Street lighting pull boxes shall each be appropriately marked "STREET LIGHTING" as shown on Standard Plan ES-8A and Section 86-1.02C “Pull Boxes” of the State Standard Specifications. 3. A minimum of 6” of clean crushed rock with a 1-1/2” PVC drain shall be installed in all pull boxes (new and existing) within the project area. Grout shall also be placed in all pull boxes, as needed. 4. Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed. 5. Provide a 2-year manufacturer replacement warranty for pull box and cover from the date of installation of the pull box and cover. All warranty documentation must be submitted before installation. 6. Replacement parts must be provided within 5 business days after receipt of failed pull box, cover, or both at no cost to the City 7. The pull box and cover must comply with ANSI/SCTE 77, “Specification for Underground Enclosure Integrity,” for tier 22 load rating and must be gray. 8. Each pull box cover must have an electronic marker cast inside. 9. The bolts, nuts, and washers must be captive bolt design. 10. The captive bolt design must be capable of withstanding torque range of 55 to 60 ft-lb and a minimum pull out strength of 750 lb. Perform the test with the cover in place and the bolts torqued. The pull box must not be damaged while performing the est to the minimum pull out strength. 11. Stainless steel hardware must have an 18 percent chromium content and an 8 percent nickel content. 179 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 168 12. Galvanize ferrous metal parts. 13. Manufacturer’s instructions must provide guidance on: a. Quantity and size of entries that can be made without degrading the strength of the pull box below tier 22 load rating. b. Where side entries cannot be made. c. Acceptable method to be used to create the entry. 14. Tier 22 load rating must be labeled or stenciled by the manufacturer on the inside and outside of the pull box and on the underside of the cover. 15. Do not install pull box in curb ramps or driveways. 16. A pull box for a post or a pole standard must be located within 5 feet of the standard. Place a pull box adjacent to the back of the curb or edge of the shoulder. If this is impractical, place the pull box in a suitable, protected, and accessible location. 17. If only the cover is to be replaced, anchor the cover to the pull box. 919-2.5 CONDUIT A. General 1. All conduit and connections placed for this project shall be Schedule 40 PVC with bell ends at all exposed terminations. 919-2.6 SERVICE PEDESTAL A. General 1. Hinges shall be aluminum or stainless steel with a stainless-steel hinge pin. The hinges shall be bolted to the enclosure. The hinge pins and bolts shall not be accessible when the door and/or hood are closed. 2. The door, hood, meter reading cover door, photocell window, and line access cover panel shall have the entire inside perimeter of the door, hood, panel, etc., lined with a neoprene gasket. All neoprene gaskets shall be permanently bonded to the aluminum. 3. All bolts, washers, nuts, screws, hinge pins, and door latch assembly parts used to fabricate the service enclosure shall be (Type III-BF anodized aluminum). The enclosure shall be rain-tight and dust-tight (3R). 4. All service equipment to be furnished shall be currently listed on the Department of Transportation qualified products list. 180 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 169 5. The Contractor shall construct a foundation for each service equipment enclosure as shown on Standard Plan ES-2E and shall install the service equipment enclosure on the foundations. 6. When mounted to the foundation, there shall be no gap greater than 0.0625-inch between the enclosure and the foundation. After installation the joint between the foundation and the base of the enclosure shall be sealed with a sealant approved by the City’s Representative. 7. The Contractor shall furnish and install conduit and shall arrange for the installation of conductors by the serving utility between the service point and the service equipment enclosure . The Contractor shall arrange with the serving utility for connection of the service conductors and meter and shall pay all costs and fees required by the utility. Except for power for the Contractor’s operation, energy costs for operation of public facilities, including traffic signals and roadway lighting, will be paid for by the City. Each street lighting service shall be provided with 30A, 2P, 240V breakers. 919-2.7 POLES Rating (with luminaire): 100-mph steady winds without incurred damage. 919-3 EXECUTION 919-3.1 LUMINAIRES A. General 1. Install in accordance with the manufacturer’s recommendations. 2. Provide a cast-in-place concrete base. 3. Provide branch circuit in-line fuses, located within the pole base handhole. 4. Install the pole base flush with the finished grade, or as indicated on the plans. 5. Set the luminaire poles on anchor bolts and secure with double nuts on each bolt. 6. After the luminaire has been leveled and plumbed, dry-pack the luminaire base with grout. 7. Install the luminaire plumb and level. 181 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 170 919-3.2 LIGHTING CONTROL A. The photocells shall switch lights ON at dusk and OFF at dawn. B. The photocells shall switch the time clock ON at dusk and the time clock shall switch lights OFF at a preset time. 919-3.3 CONDUIT A. General 1. When conduit is placed in a trench (not under sidewalk or pavement), after the bedding material is placed and conduit installed, the trench shall be backfilled with commercial quality concrete containing not less than 421 pounds of cement per cubic yard, to not less than 4 inches above the conduit before additional backfill material is placed. 2. The outline of all areas of pavement to be removed shall be cut to a minimum depth of 3 inches with a concrete saw or with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. 3. Where conduits terminate inside a pull box the top of the conduit installed shall be a minimum of 5” and a maximum of 7” below the top of the pull box. 4. After conductors have been installed, the ends of conduits terminating in pull boxes, service enclosures, controller cabinets, and under roadway surfaces shall be sealed with an approved type of sealing compound. 5. At locations where conduit is to be installed under pavement, and in the event that obstructions are encountered, upon approval of the Engineer, small holes may be cut in the pavement to locate and/or remove obstructions. Jacking or drilling pits shall be kept at a minimum of 2 feet clear of the edge of any type of pavement wherever possible. 6. At all locations where conduit is to be installed by jacking or drilling, installation shall be as provided in Section 87-1.03B, “Conduit Installation,” of the Standard Specifications. 7. Conduits shall be to a depth of not less than 18 inches below grade under concrete sidewalks and curbed paved median areas, and not less than 30 inches below finished grade in all other areas. 8. Wherever existing concrete sidewalk must be removed for foundation or conduit installation, saw cuts shall be made on existing 182 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 171 weakened plane joints or in a manner approved by the City’s Representative. In no case shall concrete sidewalks be saw cut and removed so that less than one square remains. 9. Unless shown otherwise on the plans, existing street lighting pull boxes within the construction limits shall be removed and disposed offsite. Existing conduits not incorporated into the new electrical system at each location shall be removed or abandoned. Conductors shall be removed from abandoned conduits. 10. The Contractor shall relocate or repair damaged irrigation equipment during the course of trenching for new conduit paths. 919-3.4 CLEAN-UP A. Remove labels and other markings, except the UL listing mark. B. Wipe the luminaires inside and out in order to remove construction dust. C. Clean the luminaire lenses. D. Touch up painted surfaces of the luminaires and the poles with matching paint provided by the manufacturer. E. Replace defective lamps at the Date of Substantial Completion. 919-4 MEASUREMENT AND PAYMENT The measurement and payment for street light poles and foundations will be made at the contract unit prices bid per each for Street Light Pole and Relocate Salvaged Street Light Pole as shown in the Bid Schedule The above contract price and payment shall be considered as full compensation for furnishing all labor, materials, equipment, tools, transportation and incidentals, and for doing all the work involved and necessary to store salvaged and furnish new materials for street light poles, drilling for pole foundations, placing reinforcement and anchor bolts, pouring concrete foundations, setting and securing poles on foundations, attaching luminaire heads, running conductors from head to hand holes, making electrical connections to provide a fully operational streetlight system, and grout between base of pole and adjacent surface complete and in place and no additional compensation will be paid. The measurement and payment for street light pull boxes will be made at the contract unit prices bid per each for Street Light Pull Boxes as shown in the Bid Schedule. The measurement and payment for communications vaults will be made at the contract unit price bid per each for Communications Vault, as shown in the Bid Schedule. 183 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 172 The above contract price and payment shall be considered as full compensation for furnishing all labor, materials, equipment, tools, transportation and incidentals, and for doing all the work involved and necessary to furnish and install pull boxes with crushed rock and drain complete and in place and no additional compensation will be paid. Conduit and conductors for streetlights, receptacles, rectangular rapid flashing beacons, future fiber optic, irrigation and irrigation control sleeves and spares, will be made at the contract lump sum price bid for Electrical Conduit and Conductors, as shown in the Bid Schedule. The above contract price and payment shall be considered as full compensation for furnishing all labor, materials, equipment, tools, transportation and incidentals, and for doing all the work involved and necessary between pullbox/vault and service pedstal to pothole, sawcut, trench, furnish and install conduit and bedding, including sweeps to pull boxes, poles and service pedestals, backfilling and compaction, pulling streetlight conductors and making connections to provide a fully operational streetlight system complete and in place and no additional compensation will be paid. The measurement and payment for Electrical Service Pedestal will be made at the contract unit prices bid per each for Electrical Service Pedestal as shown in the Bid Schedule. The above contract price and payment shall be considered as full compensation for furnishing all labor, materials, equipment, tools, transportation and incidentals, and for doing all the work involved and necessary to furnish and install the electrical service cabinet and foundation with appropriate clearances, wiring connections, grounding and coordination with SCE regarding energizing the service complete and in place and no additional compensation will be paid. The measurement and payment for electrical receptacles will be made at the contract unit prices bid per each for Electrical Receptacles as shown in the Bid Schedule. The above contract price paid shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for coordination with Southern California Edison and City Staff; furnishing and installing receptacles, including bends, sweeps, caps and other appurtenances; for a complete and functional electrical and lighting system in accordance with SCE and City standards and applicable electrical codes. END OF SECTION 184 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 173 SECTION 920 LANDSCAPE IRRIGATION (Bid Item No. 78) 920-1 GENERAL This section sets forth the requirements for Irrigation System Improvements. Perform the work in accordance with Sections 800 – Landscape and Irrigation Materials and 801 – Landscape and Irrigation Installation of the SSPWC, latest edition, as modified and supplemented below. 920-1.1 Work Included 1. Furnish and install sleeving, boring, piping, fittings, sprinkler heads, valves, and accessories. 2. Furnish and install all electrical connections and wiring. 3. Excavate and backfill trenches. Place lateral and main irrigation lines as depths detailed on the plans within +/-1”. 4. Testing as indicated in the notes and specifications and as required by the governing agency. 5. Installation and end of maintenance walk and corrections. 6. Ninety-day maintenance period. 7. One year guarantee of Irrigation work and materials. 920-1.2 Related Work Specified Elsewhere 1. Landscape Planting. 2. Maintenance of planting and irrigation. 920-1.3 Protection of Work The Contractor shall adequately protect the work, adjacent property and the public, and shall be responsible for any damage, injury and/or loss due to the construction of the irrigation system. Damaged facilities shall be repaired within a reasonable amount of time at no additional cost to the City. All existing irrigation systems shall be kept in operation at all times. If the Contractor damages an existing system, it shall be repaired immediately, at no additional cost to the City. If damaged by the public, the City shall compensate the Contractor for the cost of the repair. After each repair, all heads of the repaired lateral(s) shall be removed and flushed so the lines can be clear of all dirt and foreign matter. 920-1.4 Submittals Submittals shall be in accordance with Section 2-5.3 Submittals and as specified herein. 185 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 174 1. Materials List- Within fifteen (15) calendar days from the award of contract, the Contractor shall provide a materials list of all irrigation equipment as specified in the drawings, manufacturer’s brochures, maintenance manuals, guarantees and operating instructions. 2. Shop Drawings- Within fifteen (15) calendar days from the award of contract, the Contractor shall provide shop drawings as required or necessary to complete the work. 3. Schedule of Work- Within fifteen (15) calendar days from the award of contract, the Contractor shall provide a proposed Schedule of Work. 4. Record Drawings- The Contractor shall provide and keep up-to-date “As- Built” drawings on the job site at all times. The Contractor shall record accurately on one set of “As-Built” drawings all changes in the work constituting departures from the original approved drawings. The changes and dimensions shall be recorded in a legible and workmanlike manner. All dimensions shall have two (2) permanent points of reference, such as the roadway station points or measures along median center lines. Prior to the landscape architect of record construction certification, the Contractor shall provide corrected and completed sepia mylars of the Record Drawings. Delivery of the sepias will not relieve the Contractor of the responsibility of furnishing information that may have been omitted from the prints. The following items shall be shown on the Record Drawings: a. Connection of existing water lines. b. Water meter(s). c. Electrical power connection. d. Electrical meter(s). e. Controller(s). f. Routing of mainlines. g. Sleeves. h. Gate Valves. i. Ball Valves. j. Remote Control Valves. k. Quick Coupling Valves. l. Other Related Equipment. m. The area watered by each Remote Control Valve. 5. Controller Charts- Prior to final acceptance, the Contractor shall provide to the City Representative two (2) hermetically sealed, controller charts illustrating valve numbers, gpm’s and permanently colored locations of the area covered by each valve. The controller charts shall be of a size that will fit inside the door of the controller cabinet. Controller charts will identify to the nearest foot the locations of mainlines, sleeves valves, controllers and 186 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 175 point of connection appurtenances. The controller charts shall reflect any changes made during construction. A copy of each controller chart shall be provided to the City prior to installation certification by the City. 6. Operation and Maintenance Manuals- Prior to final acceptance, the Contractor shall deliver two (2) hard cover, three-ring binders containing: a. Index sheet stating the Contractor’s address and telephone number, list of equipment and addresses of local manufacturer’s representatives. b. Catalog and parts sheets on every material and all equipment installed under this contract. c. Guarantee statement. d. Complete operating and maintenance instruction on all major equipment. 7. Equipment to be Furnished- Prior to final acceptance, the Contractor shall provide the following equipment as part of this contract: a. Two sets of keys for all controllers and enclosures. b. Two wrenches for each type of sprinkler head. c. Two quick coupler keys with hose swivels. Substitutions- Substitutions may be permitted under the provisions of Section 4- 1.6 Trade Names or Equals. Submittals presenting “equal” products will be considered for approval if the City’s Representative determines that the product is equal in all features, product material and performance. No substitutions shall be allowed without prior written approval from the City’s Representative. The Contractor shall be responsible for the performance of any substituted material or product. If the City determines that the substituted material or component is unsatisfactory or if there has not been prior approval, it shall be removed and replaced at the Contractor’s expense with the specified material or component. Contractor shall use extreme caution in working near utilities. The Contractor shall be responsible to call Underground Service Alert of Southern California, a.k.a. Dig Alert for location of utilities. The Contractor shall be responsible for damages to utilities that are caused by his/her operations or neglect. The Contractor shall verify all grades and installation conditions. No work shall begin until unsatisfactory conditions are corrected. 920-1.5 Quality Assurance and Requirements 1. Manufacturer’s Instructions- Manufacturer’s instruction and detailed drawings shall be followed in all cases where the manufacturers of materials 187 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 176 used in the contract furnish directions covering points not shown in the drawings and specifications. 2. Ordinances and Regulations- Contractor shall abide by all applicable local, state and federal rules and regulations relating to the Work Included. All work and materials shall be in full accordance with the latest rules and regulations of the National Electric Code, Uniform Plumbing Code. 3. Explanation of Drawings- Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc. The Contractor shall be fully acquainted with the site prior to construction. Drawings are diagrammatic and are generally indicative of the work to be completed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting and architectural features. Any discrepancies in the plans or with existing field conditions shall be brought to the attention of the Landscape Architect immediately. 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 the Landscape Design. In the event that notification is not performed, the Contractor shall assume full responsibility for any revision necessary. 4. Correction of Work- Any and all discrepancies or unsatisfactory work shall be corrected by the Contractor at no additional cost to the City. The correction of work shall be finished within a reasonable period of time mutually agreed upon between the City and the Contractor. 920-1.6 Delivery and Storage All materials shall be new, first quality, commercial quality and in the original shipping cartons or boxes. The Contractor is responsible for all materials until final acceptance of the work. Store materials in enclosures. Plastic pipe and other materials which can be damaged by weather shall be stored in such a manner as to protect them from sunlight, wind, rain, etc. Do not store materials directly on the ground. Materials which are damaged in transit or become damaged during storage or progress of the work shall be rejected and replaced at no additional cost to the City. Handle and carry materials in a manner to ensure delivery and placement on the site in sound and undamaged condition. Keep pipes and fittings free from dirt or debris. Do not drag pipe. 920-1.7 Guarantee and Replacement The Contractor shall furnish a written guarantee of materials and workmanship for a period of one (1) year from the date of final acceptance. The Contractor shall 188 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 177 repair or replace defective items within a reasonable time, but not more than 14 calendar days, from notification by the City at no addition cost to the City. 920-2 MATERIALS A. Pipe Piping shall be as follows: 1. The Service line from the metered Point of Connection (P.O.C) through the backflow prevention device shall be: Type K copper or red brass. 2. All pressurized mainlines 2” and smaller shall be: SCH 40 solvent-weld P.V.C. 3. All pressurized mainlines 2 1/2” to 3” shall be: CL 315 solvent-weld P.V.C. 4. Pressurized mainlines greater in diameter than 3” shall be: CL 315 bell and gasket P.V.C. 5. Lateral lines up to 2” shall be: SCH 40 solvent-weld P.V.C. 6. Lateral lines greater than 2” shall be /cl 315 solvent-weld P.V.C. 7. All fittings shall be SCH 40 P.V.C. and conform to the latest ASTM standards. 8. All threaded nipples shall be SCH 80 P.V.C. with molded threads. 9. All male threaded fittings shall receive ¾” Teflon tape during installation. 10. All reclaimed piping shall conform to all State, Federal, and Local codes and regulations and shall be marked accordingly. 11. All piping shall be installed subsurface. Pipe on grade shall not be allowed unless written preauthorization has been given by the City.” Plastic pipe shall bear the following markings: manufacturer’s name, nominal pipe size, schedule or class, type of material, pressure rating, NSF seal of approval, and the date of extrusion. All fittings shall bear the manufacturer’s name or trademark, materials, designation, size, applicable schedule and NSF seal of approval. B. Valve Boxes Valve Boxes. Valve boxes shall be made from a durable plastic material resistant to weather, sunlight and chemical action of soils. The cover shall be secured with a stainless-steel bolt down mechanism and shall be able to sustain a load of 1,500 psi. Valve box extensions shall be by the same manufacturer as the valve box. All valve boxes shall be manufactured by Ametek, Carson, or approved equal. C. Backflow Devices All Backflow Preventer Assemblies shall be plumbed with copper, brass, or bronze pipe and fittings. A bronze or brass union shall be provided on the downstream side. Backflow shall be installed in a vandal resistant, locking enclosure as specified on the plans and approved by the City Representative for each project. 189 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 178 The enclosure shall be installed on a concrete slab per manufacturer’s recommendations.” D. Valves Each Point of Connection shall include a Master Valve and Flow Meter Assembly. The Master valve shall be as recommended by the controller manufacturer. The master valve shall be wired back to the Controller and have the ability to shut down the irrigation system in case of a high flow occurrence such as a mainline break.” Check valves shall be installed on all heads or on laterals which have a differential in elevation or 3’ or more or as needed to prevent laterals from draining after the system has been shut down. Spring-loaded check valves shall be of plastic construction with soft composition disks. Spring tension shall be adjustable from 4 psi to 15 psi. They shall be located in the swing assembly or be integrated into the sprinkler body. Check valves shall be Valcon ADV, Rain Bird, Hunter, Toro, or approved equal.” E. Sleeves All piping which is located under hardscape surfaces shall be placed in CL 315 sleeves a minimum of 2 times the line size. Control wires shall be placed in a separate conduit adjacent to the pipe sleeving.” F. Conductors Control wires shall be a different color for each controller valve. Common wires shall be white. Each controller shall have an independent common wire. Wiring shall occupy the same trench and shall be installed along the same route as the pressurized mainline where possible with the exception of road and sidewalk crossings. Control wires shall be separately sleeved in Schedule 40 conduit under all paved surfaces. Where wire is placed in the mainline trench, the wiring shall be taped together at interval of ten (10) feet. A two (2) foot expansion curl shall be provided within three (3) feet of each wire connection. Wire connections shall be grease type connectors, 3M DBY Direct Bury Splice Kit PN-09053, or approved equal. Use one kit per connection. Three continuous spare control wires, blue in color, shall be installed with all pressurized Mainline(s) from the controller enclosure to the ends of the Mainline. G. Controller Unit All controller components shall be fused and have a chassis ground. All controllers shall be equipped with a 4” x 4” electrical junction box, with an on/off switch, and a grounded receptacle mounted inside the enclosure. The controller enclosure shall be vandal-resistant and stainless steel manufactured as indicated on the irrigation legend and approved by the City Representative in writing. The enclosure 190 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 179 shall be installed per the manufacturer’s recommendations and as approved by the City Representative. The Controller Unit shall be compatible with the City’s irrigation controller standards. The Controller shall include communication capabilities, complete and operational, all other incidental equipment required to meet City controller standards. H. Drip Irrigation 1. Bubbler heads, Rotators and Dripline: Types and sizes as shown on the Contract Drawings. 2. Provide equipment of one type and flow characteristic from the same manufacturer and bearing the manufacturer's name and identification code in a position where they can be identified in the installed position. 3. Bubbler Head and Rotators to be pressure compensating type. 920-3 EXECUTION Contractor shall use extreme caution in working near utilities. The Contractor shall be responsible to call Underground Service Alert of Southern California, a.k.a. Dig Alert for location of utilities. The Contractor shall be responsible for damages to utilities that are caused by his/her operations or neglect. The Contractor shall verify all grades and installation conditions. No work shall begin until unsatisfactory conditions are corrected.” Pipe shall be bedded in 3” of sand above and below the pipe. 1. Staking of Lines: Prior to installation, the Contractor shall stake out all pressure supply lines, routing, and location of water distribution heads. The City shall approve the location of all equipment and Point(s) and Connection prior to installation. 2. Water Supply: The irrigation system shall be connected at the approximate location shown on the plans and approved in the field by the City Representative. 3. Electrical Supply: Electrical connections for the controller shall be made as indicated at the approximate location on the plans and approved in the field by the City Representative. The Contractor shall be responsible for connecting the irrigation controller to the nearest power source. Contractor shall coordinate with the electrical provider and the City. 4. Observation Schedule: The Contractor is responsible for notifying the Inspector in advance for the following meetings/inspections: a. Pre-construction meeting- 7 days b. Mainline pressure test- 48 hours c. Lateral line & head installation- 48 hours 191 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 180 d. Coverage test- 48 hours e. Final turn over- 7 days 5. Installation: a. Trenching: i. Trenches shall be straight, on an even grade, and in the approximate location shown on the plans. ii. Where it is necessary to excavate adjacent to existing trees, the Contractor shall take every precaution to avoid injury to the trees or their roots. No backhoe or trenchers shall be used within the tree dripline unless City Representative is on site. Hand digging is required within tree driplines. All roots 2” and larger shall be tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying. When the roots are smaller than 2” in diameter, the wall of the trench adjacent to the root shall be hand trimmed, making clean cuts through the roots. Trenches adjacent to the root shall be closed within twenty-four (24) hours. Where this is not possible, the side of the trench adjacent to the tree shall be kept moist and shaded with burlap or canvas. iii. Provide a minimum cover of 24” over all pressurized mainlines. iv. Provide a minimum cover of 18” over all non-pressurized lateral lines. v. Provide a minimum cover of 24” for all control wire. vi. Provide a minimum of 30” cover under AC paving and roadways. b. Backfilling: Trenches shall not be backfilled until all required tests and inspection have been performed and the conditions have been approved by the City Representative. Trenches shall be filled with 3” sand above and below mainline pipes. No material larger than ½ inch shall be permitted in the initial backfill. Backfill shall be tamped in 4-inch layers under all piping and mechanically compacted to a dry density equal to adjacent undisturbed soil in landscape areas and shall conform to adjacent grade. Truck wheels shall not be used to compact soil. If settlement occurs and subsequent adjustments in pipe, valves, valve boxes, sprinkler heads, lawn, planting, or other construction is necessary, the Contractor shall make all required adjustments at no additional cost to the City. c. Trenching and Backfilling under Paved Surfaces: 192 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 181 i. The Contractor shall install and cap all piping under paved surfaces prior to paving work whenever possible. ii. Sleeves under existing pavement may be installed by directional boring. No hydraulic driving is permitted under AC pavement at depths less than 36”. No hydraulic driving shall be permitted under concrete roadways. The Contractor shall repair any and all damage to existing facilities including paved surfaces with like materials in accordance with City standards and details. iii. Any cutting or breaking of sidewalks and/or concrete that is necessary shall be completed and replaced in kind by the Contractor as a part of the contract cost. Permission to cut or break sidewalks and/or concrete shall be obtained from the City prior to start of work. iv. Sleeves shall be installed a minimum of 6” beneath the bottom of the pavement subgrade or 36” from finish surface, whichever is greater. v. Mainline sleeving shall be a minimum of 2 times the line size diameter. The sleeve shall have a minimum of 1 inch clearance from the mainline and shall extend a minimum of 18” beyond such pavement unless physically impossible. In- line fittings or couplings shall not be permitted under paved surfaces except when the length of the line is greater than 20 feet. The ends of sleeves shall be capped until piping is laid. d. Line Clearance: All lines shall have a minimum clearance of six (6) inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. e. Assemblies: i. Routing of lateral lines is diagrammatic. Install lines and assemblies in such a manner as to conform with the intent of the drawings, comply with the irrigation details, and provide and complete an operable irrigation system. The Contractor shall not willfully install a system, which will not fulfill the intent of adequate coverage. The Contractor shall be responsible for adjustments to system to achieve adequate coverage at no additional cost to the City. ii. No manifolds shall be allowed in the irrigation system. Each assembly shall have its own outlet. iii. Install all assemblies in accordance with its respective detail. In the absence of a detail or specifications, complete the work in accordance with best standard practice with prior approval 193 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 182 of the Landscape Architect of Record or the City Representative. iv. Carefully inspect all PVC pipes and fittings to ensure that they are cleaned of dirt, dust, and moisture prior to installation. Solvent welding methods shall be as recommended by the pipe, fitting, and solvent manufacturers. v. 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 connections and on threaded PVC to metal joints. Where threaded PVC connections are required, use threaded hardening pipe dope on all threaded plastic-to-metal connections, except where noted otherwise. vi. The Contractor shall construct concrete thrust blocks at all changes in direction on mainlines 3” or larger. Pipe restraints may be used in lieu of thrust blocks on bell and gasket piping. Risers for oscillation sprinklers and nozzle lines shall be galvanized steel pipe. All other risers may be galvanized steel or Schedule 80 PVC. Replace with “All risers shall be threaded Schedule 80 PVC pipe.” Delete reference to single-swing joint assemblies in paragraph six (6). All riser assemblies shall be a minimum of double-swing joints. The Contractor shall adjust all irrigation components for optimum performance. There shall be no irrigation water onto walks, or roadways. If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, then adjustments shall be made at no additional cost to the City. Adjustments may also include but are not limited to: changes in nozzle size, adding heads, or changing the riser locations. The location of the controller shall be as shown on the plans and shall be approved by the City Representative before installation. The Contractor shall be responsible for coordinating the electrical service connection and connecting the controller to the power source. Remote control valves shall be connected to the controller in numerical sequence as shown on the plans. Pressure mains shall be tested prior to the installation of control valves. Lines shall be capped at the control valve connections. Mainlines shall be tested at a pressure of 150 psi for not less than four hours. Lateral lines shall be tested at a pressure of 100 psi for not less than two hours.” Any items deemed not acceptable by the City Representative shall be reworked to the complete satisfaction of the City Representative. The Contractor shall have turned over all accessories, charts, record drawings, and equipment as required before the project can be accepted. The Contractor shall provide certification testing for all backflow preventers by a certified backflow prevention technician. Certification shall be conducted in accordance with all State, Federal, and local codes and regulations. The original written 194 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 183 certification shall be submitted to the City prior to acceptance of the project. The Contractor shall arrange and pay for all testing and certification. The Contractor shall complete an irrigation coverage test and have written acceptance of the same prior to beginning any planting work with the exception of planting specimen trees and palms.” 920-3.1 Temporary Repairs The City reserves the right to make temporary repairs as necessary to keep the irrigation in operating condition. The exercise of this right by the City shall not relieve the Contractor of his/her responsibility under the terms of the guarantee.” 920-3.2 Guarantee The Contractor shall repair or replace defective items within a reasonable time frame at no additional cost to the City. Damage to plant materials or adjacent facilities due to defective items or workmanship shall be repaired or replaced at no additional charge to the City.” 920-4 MEASUREMENT AND PAYMENT The contract lump sum price paid for Automatic Irrigation, Complete, including connection to water meter and coordination with the water purveyor, complete in place as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the City Representative will be based on the percentage of total irrigation system installed and operating as determined by the Landscape Architect and Engineer. The Landscape Contractor may make request final payment after all work in the Contract Documents has been completed to the satisfaction of the Landscape Architect and Engineer. Application for final payment shall be accompanied by all documentation called for in the Contract Documents together with complete and legally effective releases or waivers (satisfactory to the City) of all liens arising out of or filed in connection with the Work. 195 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 184 SECTION 921 LANDSCAPE PLANTING (Bid Item No. 74 thru 77, 80, 84) 921-1 GENERAL This section sets forth the requirements for Landscape Improvements. Perform the work in accordance with Sections 800 – Landscape and Irrigation Materials and 801 – Landscape and Irrigation Installation of the SSPWC, latest edition, as modified and supplemented below. 921-1.1 Work Included 1. Gather soil samples and coordinate soil testing of import soils. 2. Complete finish grading, furnish and install all import soil necessary to replace over excavated material and for backfill required to complete the planting shown on the plans and details. 3. Furnish and install all required backfill material, soil amendments, fertilizers, and herbicides. 4. Furnish all labor, material, equipment, and services necessary to provide all landscape planting, complete, in place, as shown and specified. 5. Furnish and install all planting accessories, tree stakes, ties, and guys. 6. Provide a plant establishment period of not less than thirty (30) continuous calendar days after all plant material has been installed and is in a healthy condition. 7. Provide maintenance to a period of not less than sixty (60) continuous calendar days after completion of the plant establishment period and acceptance of construction. 8. Guarantee and provide replacement as necessary, in accordance with Section 1.7 of these Landscape Planting and Maintenance provisions. 921-1.2 Related Work Specified Elsewhere 1. Irrigation System 921-1.3 Protection of Work The Contractor shall adequately protect the work, adjacent property and the public, and shall be responsible for any damage, injury and/or loss due to the construction of the landscape improvements. Damaged facilities shall be repaired within three working days at no additional cost to the City. 921-1.4 Submittals Submittals shall be made in accordance with Section 2-5.3 Submittals. 196 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 185 1. Agronomic Soils Report- After completion of rough grading and prior to soil preparation, the Contractor shall provide the testing of import soils for approval by the City Representative, and composted materials by an independent agronomic soils testing laboratory at least 2 weeks in advance prior to actual work (member of the California Association of Agricultural Labs). No less than two (2) samples within the median planter areas shall be taken. Representative soil samples shall be taken in the field and a written report shall be prepared by the soil scientist and shall include tests for texture, fertility, toxicity along with recommendations for soil amendments as measured in cubic yards per 1,000 square feet to a depth of 6 inches, excavation pit fertilization and post maintenance fertilization. Soils test shall be performed after soil preparation to confirm that amended soil is in compliance with the pre-plant soils report and specifications. Deviation from the control mix shall not exceed twenty percent (20%). 2. Materials List- Within two weeks (14) calendar days after award of Contract, the Contractor shall submit to the City’s representative, documentation that all materials are available for approval. Materials shall not be ordered until materials submittals have been approved. Submit the following: a. Plant Materials (include pictures of plant(s) with a scaling object such as a ruler or person). City Representative shall tag all trees at the nursery and has the option of tagging all project plant material at the nursery. b. Amendments. c. Topsoil- Class A. d. Commercial Fertilizer. e. Mulch. 3. Substitutions- Any and all substitutions due to unavailability must be requested in writing prior to confirmation of ordering. Contractor shall provide a list of nurseries and suppliers contacted for verification of unavailability. Substitutions shall not be permitted after the Material List has been reviewed and accepted. No substitutions will be allowed without prior written approval by the City Representative. Equipment or materials installed or furnished without prior written approval may be rejected and the Contractor required to remove and replace such materials from the site at the Contractor’s own expense. The Contractor shall not request a plant substitution based solely on the Contractor’s failure to verify the cost of plant material prior to bidding. The Contractor shall bear the responsibility of providing the material as shown on the plans. Delivery to the site may begin upon approval of samples by the City’s Representative. 4. Certificates of Delivery- Prior to installation, the Contractor shall submit to the City’s Representative all manufacturer’s literature, receipts of sale, and laboratory analytical data, bearing the manufacturers or supplier’s 197 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 186 guaranteed analysis. The Contractor shall provide certificates of delivery with each shipment of materials. Certificates shall state source, quantity or weight, type and analysis, and date of delivery. All certificates shall be delivered to the City’s Representative. Written certifications required to be submitted include: a. Size and quantity of plant materials. b. Quantity of all soil amendments. c. Quantity and quality of topsoil. d. Quantity of commercial fertilizer. e. Quantity of other additives such as sulfur, iron sulfate, gypsum, etc. Quantity and composition of organic mulch. 921-1.5 Quality Assurance and Requirements 1. Permits and Fees: See, Section 902-2 for payment of permits and fees for Capital Improvement Projects. 2. Ordinances and Regulations: Contractor shall abide by all applicable local, state and federal rules and regulations relating to the Scope of Work. 3. Explanation of Drawings: The Contractor shall be fully acquainted with the site prior to construction. Drawings are diagrammatic and are generally indicative of the work to be completed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting and architectural features. Any discrepancies in the plans or with existing field conditions shall be brought to the attention of the City’s Representative immediately. The Contractor shall not willfully install the planting 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 the landscape design. In the event that notification is not performed, the Contractor shall assume full responsibility for any revision necessary. 4. Manufacturer’s Recommendations: shall apply when no other direction is given or when it is a more stringent requirement than these Specifications. 5. Correction of Work: The Contractor, at no additional cost to the City, shall correct any and all discrepancies or unsatisfactory work. The correction of work shall be finished within a reasonable period of time mutually agreed upon between the City and the Contractor. 921-1.6 Delivery, Storage, and Handling Plant Material: The Contractor shall notify the City’s Representative seven (7) days in advance of delivery of all plant materials and shall submit an itemized list of the 198 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 187 plants in each delivery. Maintain and protect plant material in a healthy condition prior to planting. Plant material which has been rejected or damaged after acceptance shall be removed from the site and replaced with acceptable materials. 921-1.7 Guarantee and Replacement Written Guarantee: The Contractor shall furnish a written guarantee of materials and workmanship for a period of one (1) year from the date of final acceptance. The Contractor shall repair or replace defective items within a reasonable time, but not more than 14 calendar days, from notification by the City at no addition cost to the City. All shrubs, groundcover, and lawn shall be guaranteed for a period of ninety (90) days from final acceptance. All trees shall be guaranteed for a period of one (1) year from final acceptance. All guarantee periods shall begin from the time of final written acceptance by the City. This acceptance shall be after the Installation Maintenance period which consists of a 30-day Plant Establishment Period and the 60-day Maintenance Period have been accepted and approved in writing by the City. 921-1.8 Order of Work The irrigation shall be complete and operational prior to the start of any planting installation. The Contractor shall have completed an irrigation test in the presence of the City’s Representative and have written approval for the installation. An exception may be made in the case of the installation of specimen trees 24” and larger. The Contractor shall be responsible to provide adequate water to the specimen trees by whatever means necessary until the irrigation is complete and operational. 921-2 MATERIALS A. Landscape Materials Use only materials of the brands, type or species noted on the drawings or approved equal. Materials shall be new; plants shall be of the type and size specified, standard approved and first grade quality free from diseases or insects. All plants shall be tagged with botanical name (including variety) and size in accordance with the standards of practice recommended by the American Association of Nurserymen. Any rejected material shall be promptly removed from the site. B. Topsoil Topsoil shall be Class “A” as specified in Section 800-1.1 of the SSPWC. Topsoil to be used as planting medium shall be fertile, well-drained, of uniform quality, free from stones over 1-inch in diameter, sticks, oils, chemicals, plaster, concrete and other deleterious materials. Boron content shall not exceed 1 PPM as measured by the saturation extract. Sodium absorption ratio (SAR) shall not exceed 6 and 199 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 188 the electrical conductivity of the saturation extract shall not exceed 3.0 milliohms per centimeter at 25 C.” C. Soil Amendment The following organic soil amendments are for bid purposes only 1. After soils test and at the direction of the soils lab, provide stable humus with a carbon/nitrogen ratio of less than 25. See attached soils report. 2. Iron sulfate, 20% iron (expressed as metallic iron), derived from ferric and ferrous sulfate, 10% (expressed as elemental). Ten pounds per 1,000 square feet.” The Contractor is directed to fertilize, amend or otherwise treat the soil as recommended and specified by the soils laboratory report.” D. Commercial Fertilizer Fertilizer pellets or granules shall be slow-release, 12-8-8 by Gro Power (15065 Telephone Avenue, Chino, CA (909) 393-3744), Best Fertilizers or approved equal and shall be mixed by the commercial fertilizer supplier. It shall be applied at the rate recommended by the manufacturer and the soils report. Fertilizer shall be applied every 45 days through-out the maintenance period at a rate agreed upon by the Soils testing consultant A minimum of two applications shall be completed. The Contractor shall provide the City’s Representative with materials receipt for the fertilizers used. The Contractor shall provide the City with 48-hour notice prior to fertilization. Should the Contractor fail to provide said notice or materials receipt, the Contractor may be subject to reapplication of the materials in the presence of the City’s Representative. Plant tablets shall be slow-release, 21-gram tablets as manufactured by Scott’s Agriform, Best, or approved equal. They shall be applied at a rate of one tablet per 1 gallon plant, three tablets per 5-gallon plant, nine tablets per 15-gallon plant, twenty tablets per 24” box tree, and per manufacturer’s recommendations for larger box sizes. E. Organic Soil Amendment Organic Soil Amendment shall be Type 1 and shall not include Pine or Eucalyptus. F. Mulch Mulch shall be Type 1 only (ground wood product). Mulch shall be recycled chippings from an approved source which do not contain Pine, Eucalyptus, trash, or debris. If recycled materials are not available, a premium grade shredded cedar bark shall be used. The Contractor shall apply a 2” depth of mulch to all planter areas having a grade of 1:6 or less. Mulch shall be a typical “Forest Floor Blend” with particles having a size between 2” and 4”. Contractor shall submit a sample of the proposed mulch to the City’s Representative for approval prior to delivery to the site. 200 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 189 G. Pesticides and Herbicides All chemicals used for pest control shall be registered by the State of California Department of Food and Agriculture and the Environmental protection Agency with registration identification on the label. All chemicals shall be applied as per the registered label instruction and manufacturer’s recommendations. Restricted chemicals shall be applied in a manner consistent with State and Federal Law by a licensed applicator possessing the appropriate classification. No chemicals may be used on site without prior written approval of the City’s Representative. H. Plants Trees and shrubs provided shall be of equal or better quality to that available at Norman’s Nursery, Brightview Tree Company or Boething Treeland Farms. 1. Additional plants may be necessary to fill all areas at the on center spacing or not illustrated on the plan. 2. All plant material shall be No. 1 grade healthy, disease, and pest free, without visible damage, abrasions, or disfigurement. 3. Plants specified shall be delivered in the containers specified and true to industry standard size for the container specified. Plants shall have been growing with the specified container a minimum of six months and no longer than one (1) year and shall be properly rooted without being rootbound. Plants with cracked or broken root balls shall be rejected.” I. Trees Trees which have be topped, headed back, or otherwise damaged by pruning, shall be rejected. Side pruning of lower branches is discouraged and may be grounds for rejecting trees. Trees shall not be pruned after selection and delivery to the site without prior written approval of the Landscape Architect of record or City’s Arborist. Trees which have been pruned without authorization may be subject to removal and replacement at no additional cost to the City. 1. “All trees shall be true to type or name as ordered or shown on the plans and shall be individually tagged or tagged in groups by species and cultivar (variety). 2. All trees shall be healthy, have a form typical for the species or cultivar, be well-rooted, strong in branching pattern and properly trained. Trees which are deemed by the City Representative not to have these qualities will be rejected and replaced without additional charge to the City. 3. All trees shall comply with Federal and State laws requiring inspection for plant diseases and pest infestations. Inspection certificates required by law shall accompany each shipment of plants. Clearance from the County Agricultural Commissioner as required by law, shall be obtained before 201 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 190 planting trees delivered from outside the County in which they are to be planted. 4. The rootball of all trees shall be moist throughout and the crown shall show no signs of moisture stress. 5. The tree crown of broad-leaved, decurrent trees shall have a single straight trunk that has not been headed or topped. Potential lateral scaffolds (height of lowest scaffold depends on landscape use) for small-growing trees such as Crape Myrtle shall be at least 2” apart vertically, which could be trained in the landscape to 3 to 7 branches 4” or more apart vertically. Large- growing trees such as Oak shall have lateral scaffolds at least 6” apart vertically, which could be trained in the landscape to 5 to 9 branches 18” apart or more vertically. Branches shall be radially distributed around the trunk, be not more than 2/3 the diameter of the trunk measured 1” above the branch and be free of included bark in attachments (bark embedded between the trunk and a lateral). No laterals below the lowest potential scaffold should be larger than ¼ the trunk diameter at point of attachment. 6. Small temporary branches (less than ¼ diameter of trunk) below the scaffold branches should not be removed. 7. Broad-leaved or coniferous, excurrent (central trunked) trees shall have a single, straight trunk with no double leaders (co-dominant stems) or vigorous, upright branches competing with the leader. Radial and vertical distribution of branches shall form a symmetrical crown. 8. Each tree shall comply with the above criteria without having or having had to remove, now or within the previous growing season (at least six months), more than 25 percent of the branches of a size similar to or larger than those of the potential scaffold branches. 9. The tree shall be free of roots visibly circling the trunk, and free of “knees” (roots) or kinks protruding above the soil. 10. If in a tapered container, the rootball periphery shall be free of circling roots larger than ¼” in diameter and a bottom mat of roots ¼” or larger (the acceptable diameter of circling peripheral roots depends on species and size of the rootball). 11. When untied from the nursery stake, the tree shall not bend to touch the top rim of the container. 12. The trunk and main roots shall be free of circling roots and kinks within 2” of the trunk to a depth of 2-1/2”. Inspect the roots by tipping the rootball or container on its side and with a small jet of water expose the roots within 2” of the trunk to a depth of 2-1/2” below the topmost root attached to the trunk. After inspection, replace soil washed from around the trunk with a similar soil mix (less than ten percent of the total rootball volume should be added). If circling of roots is suspected, a representative sampling of approximately two trees or two percent of the total for each species whichever is greater may be removed from their containers and cleaned of soil. The trunk and main roots shall be free of circling and kinked roots. Circling roots at the periphery of the rootball shall not be reason for rejecting a tree unless the 202 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 191 circling roots are large for the species and shoot growth is not acceptable for the species. 13. In case the sample trees inspected are found to be defective, the City reserves the right to reject the entire lot or lots of trees represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will not be paid for. 14. Trees shall be of sufficient height and caliper for the container size and plant type specified. Typically, 15-Gallon trees shall be 6’-8’, 24” box trees shall be 8’-10’, 36” box trees shall be 10’ –12’. 15. Tree pits shall be tested for adequate drainage prior to planting trees. 12- inch diameter by 72” depth augered pits (locations per plan) shall be dug and filled with water in the presence of the City Representative. After 24 hours, the City Representative shall observe all holes to determine if water has drained completely. Relocate tree(s) or install augured sumps in holes which fail to drain properly, as directed by the City Representative. J. Flatted Plants All material from flats shall be well rooted, not cuttings. Flat grown plants shall remain in the flats until transplanting. K. Tree Stakes Tree stakes shall be straight Lodge Pole Pine free from knots, splits, checks or disfigurement. Stakes shall be 2-inch nominal size and 10 feet in length. Stakes shall have a tapered drive point and chamfered top and shall be treated with an approved wood preservative. Supports for staking shall be rubber cinch ties manufactured by V.I.T. Company, Phone: (949) 891-8338, or approved equal, attached in a figure eight position, and secured with a nail at the stake. All wood preservatives shall be in accordance with the latest State, Federal, and local codes and regulations. Stakes shall not rub the lower branches in such a way the injury is caused to the tree. In some cases, the stake may need to be cut so they do not cause damage to the scaffold branches. 921-3 EXECUTION A. General Perform actual planting only during periods when weather and soil conditions are suitable and in accordance with locally accepted practice.” 1. Clearing and Grubbing a. All existing planting within the limits of work shall be removed, with the exception of the plants specifically called out in the drawings to remain, or as specified by the City’s Representative in the field. Protect in place plants to remain. All vegetation to be removed shall 203 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 192 be grubbed, raked, and cleared from the site. The Contractor shall remove from the site and dispose of in a lawful manner, all materials grubbed from the site at no additional cost to the City. b. All subsurface rocks over 2” in diameter and other underground obstructions which may hinder proper fine grading, tilling, or planting shall be removed to a minimum depth of 12”. All abandoned utility lines uncovered or severed shall be cut below grade and capped or plugged with concrete. Explosives shall not be used for removal. Damage to utility lines shown on the plans shall be repaired at the Contractor’s expense. 2. Perennial Weed Abatement- If live perennial weeds exist on site at the beginning of work, a non-selective herbicide shall be sprayed per manufacturer’s recommendations. Contractor shall mix dye with the herbicide to insure adequate coverage. The sprayed plants shall be left intact for a minimum of 15 days. The plants shall then be mowed and grubbed to a depth of at least 4” below the finished surface. 3. Weed Abatement and Removed Tree Root Sprouting- Upon completion of soil preparation and installation of all specimen trees, begin the weed abatement program Spray a non-selective, translocative herbicide to eradicate any germinated weeds or newly sprouted roots from trees that have been removed. Translocation shall be 7-10 days or an approved alternate time period. If weeds or grasses exist, re-water four times daily for fourteen consecutive days, until new growth appears. Reapply herbicide. Remove weeds after herbicide has had sufficient time to kill the weeds. Repeat as necessary to eradicate weeds. Maintain the site weed free until final acceptance by the City utilizing mechanical, manual, and/or chemical treatment. After all plant material has been installed and a 30-day plant establishment period has passed an approved pre-emergent shall be applied before installation of organic wood mulch. Herbicide must be approved by the City Representative. 4. Soil Amendment- All planting areas with slopes flatter than 2:1 shall receive soil amendments. The amendments specified in the included agronomic soils report shall be uniformly spread and cultivated thoroughly by means of a mechanical tiller into the top 6” of soil.” B. Finish Grading All rocks, clods, sticks or other debris shall be removed from the site and disposed of in a lawful manner at the Contractor’s expense. C. Planting Layouts Locations for all trees, specimen shrubs (5 gallon and larger), and outlines of areas to be planted shall be marked on the ground by the Contractor before any plant 204 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 193 pits are dug. All locations shall be approved by the Landscape Architect and City’s Representative. Layout shall be accomplished with flagged grade stakes indicating plant names and specified container size on each stake. It shall be the Contractor’s responsibility to confirm with the City and governing agency, the location and depth of all underground utilities and obstructions. No planting shall take place until an irrigation coverage test has been completed and the irrigation system has been approved, in writing by the City, as complete and in place. D. Tree Staking Trees shall be staked as shown on the Plans. Trees 36” and larger may not need to be staked. The Contractor shall not stake trees if they are able to stand straight without added support. The Contractor shall be responsible for determining the necessity of staking. Staking and guying shall be done immediately after planting using the materials specified in Section 800-1.5.3 (modified by these specifications). After staking, all plant material shall be removed within 18” of the tree trunk. This area shall be covered with Type 1 mulch to meet finish grade.” E. Ground Cover A minimum 2” layer of Type 1 mulch shall be spread over all planted areas. Refer to Section 801-6 Maintenance and Plant Establishment of these specifications for more information. F. Clean Up The Contractor shall maintain the site in a tidy manner at all times. Remove all trash, excess soil, empty plant containers, and debris from the site on a daily basis during the course of the work. All trash shall be placed in a proper container or dumpster which shall be emptied as needed. The Contractor shall leave the site broom-clean and shall wash down all paved areas within the Contract area on a weekly basis or as needed to maintain a safe work area. G. Observation Schedule The Contractor shall be responsible for notifying the City Representative and the landscape architect of record 48 hours in advance for the following site visits: 1. Job start conference. 2. Acceptance of finish grade. 3. Acceptance of plant material. 4. Acceptance of planting layout. 5. Acceptance of tree pits, prior to planting. 6. Acceptance of soils preparation and planting. 7. Completion of planting and acceptance into the plant establishment period. 205 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 194 8. Completion of 30-day plant establishment period, acceptance of pre- emergent and acceptance into the maintenance period. 9. Final acceptance of the project and turnover items.” H. Plant Establishment and Maintenance: The Contractor shall furnish all labor, material, equipment, and services required to maintain the landscape in pleasing manner. Watering, mowing, rolling, edging, trimming, fertilizing, weeding, spraying, and pest control shall be included in the plant establishment and maintenance periods. All hardscape surfaces shall be kept clean and all gutters, drains and drainpipes shall be free of silt and debris. The Contractor shall be responsible for maintaining adequate protection of the area. Damaged areas including, but not limited to, plant death, vandalism, and theft, shall be repaired at the Contractor’s expense until such time as the Contractor receives written acceptance of the project by the City. The project will have one (1) 90-day maintenance and plant establishment period. Maintenance and plant establishment shall adhere to the following guidelines: 1. Plant Establishment- It is the responsibility of the Contractor to inform the City of completion of the project and request an inspection or order to begin the Plant Establishment period. The project will not be accepted into the Plant Establishment period until the following items have been completed and accepted by the City: a. All punch list and correction items have been completed and accepted. b. An irrigation coverage test has been completed and accepted. c. Permanent power has been established and is continuous to the automatic controller(s). The Plant Establishment Period shall be a minimum of 30 days during which time all plant materials shall thrive. All plants shall thrive without disease, pest infestation, stress, die-back, broken branches, or poor pruning. All planting areas shall be weed free. Any plants or seeded areas that are not thriving at the end of the 30 days shall be replaced at the Contractor’s expense. It shall be the Contractor’s responsibility to request an inspection at the end of the 30-day period. If the Contractor fails to do so, or if the plant materials are not in a satisfactory condition, the Plant Establishment period will be extended until all areas are acceptable to the City. The project shall not be segmented into maintenance phases unless specifically authorized in writing by the City. 2. Maintenance Period- Once the project has been accepted into the Maintenance Period of 90 days, the Contractor shall inspect the site weekly performing all, fertilizing, edging, trimming, weeding, trash removal, plant 206 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 195 replacement, or other maintenance duties as needed to maintain an attractive environment at no additional cost to the City. a. The irrigation shall be checked weekly and adjusted as needed to maintain plant health without run-off, overwatering, or overspray. b. During the maintenance period, a balanced fertilizer shall be applied at the rate recommended by the approved agronomic soils report. In the event that ground cover, trees or shrubs, exhibit nutrient deficiencies, necessary action shall be taken by the Contractor at no additional cost to the City. c. No pruning shall be done without approval of the City and shall be in strict accordance with the International Society of Arboriculture Standards and Practices. A Certified Arborist and/or Certified Tree Worker shall perform pruning. d. Shrubs shall not be clipped into balls or boxed forms. Trees and shrubs shall be pruned back to the lateral branches or buds. Stubbing will not be permitted. e. Old, wilted flowers and foliage shall be pinched or cut off and removed. f. No supplemental daytime irrigation shall be allowed during the post- establishment maintenance period without prior approval. g. The site shall be kept free of all clippings, debris and trash. Drains shall be kept free of trash, silt or debris. h. Paved areas shall be kept clean. i. The Contractor shall be responsible for pest management, including insect, disease, invertebrate, or vertebrate. Pest management shall be performed in accordance with all Federal, State and local codes and regulations. The Contractor shall be responsible for notifying the City, the local agency, the landscape architect of record and all other necessary parties 10 days prior to the completion of the 90-day maintenance period (includes the 30- day plant establishment period). All parties shall walk the site and create a punch list of outstanding items to be corrected prior to the final acceptance. 3. Final Acceptance- The Contractor shall be responsible for notifying the City, the local agency, the landscape architect of record and all other necessary parties 10 days prior to the completion of the maintenance period. Deficiencies noted during the final inspection shall extend the maintenance period until all deficiencies are corrected. All irrigation shall be adjusted to required height in relation to finish grade. All planters shall be maintained in a weed-free condition throughout the establishment and maintenance periods. Plant material not showing vigor or that has been damaged or is missing shall be replaced. If substantial amounts of plant material have failed or is missing, the maintenance period shall be extended until the health of the plants has been established for not less than 30 days. All turn 207 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 196 over items, including the turnover sheet, maintenance manuals, equipment items, “As-built” plans, irrigation controller charts and written guarantee shall be received and accepted by the City prior to final acceptance. The end of maintenance shall occur only upon written acceptance by the City.” 921-4 MEASUREMENT AND PAYMENT All work will be measured based on the unit of measurement specified in the bid item list. The Landscape Contractor will be responsible for accurate field measurements of all work performed, which will be verified by the City Engineer representative. Payment will be made at the unit price bid for the actual quantity of work installed, as agreed upon by the City Engineer representative. Payment for soil preparation shall be included in the contract unit price paid for the bid item for which the soil preparation is made and shall include agronomic soil testing and analysis, placement of soil amendments, rototilling of soil and incorporating of amendments, removal of rocks and debris, and fine grading, complete and in place. No separate payment shall be made therefor. Measurement and payment for 36” box trees will be made at the contract unit price per each and shall include full compensation for planting hole excavation, disposal of spoils, furnishing and planting of the palm, mixing and placement of backfill, fertilization, watering, and 1-year guarantee, complete and in place. Measurement and payment for shrubs (1 and 5 gallon) will be based on "in-ground" quantity of plants, and plant replacements as determined by the Landscape Architect and City Engineer during the landscape warranty period. The price paid per each shall include full compensation for planting hole excavation, disposal of spoils, furnishing and planting of the shrub, mixing and placement of backfill, fertilization, watering, and guarantee, complete and in place. Plant replacement will be performed by the Landscape Contractor at no additional cost to the City. Measurement and payment for mulch will be made at the contract unit price per cubic yard of material and shall include full compensation for furnishing and placement of mulch; including hauling, moving and spreading mulch, complete and in place. Measurement and payment for boulders will be made at the contract unit price per ton and shall include full compensation for furnishing and placement of boulders; including hauling and moving, complete and in place. Measurement and payment for root barrier will be made at the contract unit price per lineal foot. Measurement and payment for maintenance of landscaping shall be made at the lump sum price paid for 90-day Landscape Maintenance and shall include full compensation for maintaining the landscape in a healthy and attractive condition including watering, 208 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 197 fertilization, weed abatement, pruning, mowing, edging, plant replacement, disposal of debris, irrigation field checks and repair and guarantees, complete and in place for a period of 90 calendar days following installation of landscape and irrigation. 209 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 198 SECTION 922 STREET FURNISHINGS (Bid Item No. 51 thru 53, 81 thru 83, 85) 922-1 GENERAL See landscape sheet specifications for:  Trash/Recycling Receptacles  Benches  Bike Rack  Landscape Boulders  Masonry Seat Wall 922-2 MEASUREMENT AND PAYMENT Installing salvaged trash cans shall be measured and paid for by the contract unit price paid for each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work required to install trash containers; as shown on the plans and specified in the specifications, complete and in place. Installing salvaged bike racks shall be measured and paid for by contract unit price paid for each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work required to install the bike rack; as shown on the plans and specified in the specifications, complete and in place. Installing salvaged outdoor dining area posts and railing shall be measured and paid for by contract lump sum price and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work required to install the posts and railing; as shown on the plans and specified in the specifications, complete and in place. Furnishing and installing trash/recycling receptacles shall be measured and paid for by contract price paid per each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work required to install the receptacles; as shown on the plans and specified in the specifications, complete and in place. Furnishing and installing benches shall be measured and paid for by contract price paid per each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work required to install the benches; as shown on the plans and specified in the specifications, complete and in place. Furnishing and installing bike racks shall be measured and paid for by contract price paid per each and shall include full compensation for furnishing all labor, materials, tools, 210 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 199 equipment and incidentals and for doing all the work required to install the bike racks; as shown on the plans and specified in the specifications, complete and in place. Masonry seat walls shall be measured and paid for by contract price paid per lineal foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work required to install the seat walls; as shown on the plans and specified in the specifications, complete and in place. 211 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 200 SECTION 923 POTHOLING (Bid Item No. 79) 923-1 GENERAL Work to be performed under this Section covers all labor, materials, tools, equipment, traffic control, and incidentals necessary to determine the exact locations of all existing, underground utilities, including storm drains. All such work shall conform to the applicable provisions of the Standard Specifications and these Special Provisions. 923-2 CONSTRUCTION The Contractor shall determine the exact location of all existing utilities and underground PCC pavement, whether shown or not shown on the plans, prior to beginning construction of Contract Work. Potential conflicts with underground utilities include, but are not limited to, water and sewer lines, electrical lines, communications lines, gas lines, and other underground facilities. Contractor shall pothole and verify elevations at utility/sleeve crossings prior to construction. Contractor shall confirm exact location of existing utilities within the areas that the roadway finish grade elevations are being lowered to confirm that the exiting utilities will have adequate cover, as determined by the Engineer, and that any existing utility covers can be lowered without conflicting with the existing utility, facility, or structure. If conflicts are discovered, the Contractor shall immediately notify the Engineer. Finally, the Contractor shall confirm the exact locations and limits of the underground, existing PCC pavement and notify the Engineer of any location discrepancies from what is shown on the Plans. 923-3 MEASUREMENT AND PAYMENT The measurement and payment for Potholing will be included in the contract unit prices bid for the bid items for which potholing is required and no additional payment shall be made therefore. The above contract price and payment shall be considered as full compensation for furnishing all labor, materials, equipment, tools, transportation and incidentals, and for doing all the work involved and necessary to determine the exact location of all existing utilities and underground PCC pavement. The cost of potholing shall include traffic control, backfill, pavement repair and/or trench plating, if necessary, and no additional compensation will be paid. 212 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 201 SECTION 924 RECTANGULAR RAPID FLASHING BEACONS (Bid Item No. 56) 924-1 GENERAL Rectangular Rapid Flashing Beacons (RRFBs) shall conform to Federal Highway Administration Interim Approval (IA-21) conditions, including: A. Beacon Dimensions and Placement in the Sign Assembly: 1. Each RRFB shall consist of two rectangular-shaped yellow indications, each with an LED-array-based light source. The size of each RRFB indication shall be at least 5 inches wide by at least 2 inches high. 2. The two RRFB indications for each RRFB unit shall be aligned horizontally, with the longer dimension horizontal and with a minimum space between the two indications of at least 7 inches, measured from the nearest edge of one indication to the nearest edge of the other indication. 3. The outside edges of the RRFB indications, including any housings, shall not project beyond the outside edges of the W11-2 sign that it supplements. B. Beacon Flashing Requirements: 1. When actuated, the two yellow indications in each RRFB unit shall flash in a rapidly flashing sequence. 2. During each 800-millisecond flashing sequence, the left and right RRFB indications shall operate using the following sequence:  The RRFB indication on the left-hand side shall be illuminated for approximately 50 milliseconds. Both RRFB indications shall be dark for approximately 50 milliseconds.  The RRFB indication on the right-hand side shall be illuminated for approximately 50 milliseconds. Both RRFB indications shall be dark for approximately 50 milliseconds.  The RRFB indication on the left-hand side shall be illuminated for approximately 50 milliseconds. Both RRFB indications shall be dark for approximately 50 milliseconds.  The RRFB indication on the right-hand side shall be illuminated for approximately 50 milliseconds. Both RRFB indications shall be dark for approximately 50 milliseconds. 213 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 202  Both RRFB indications shall be illuminated for approximately 50 milliseconds. Both RRFB indications shall be dark for approximately 50 milliseconds.  Both RRFB indications shall be illuminated for approximately 50 milliseconds. Both RRFB indications shall be dark for approximately 250 milliseconds. 3. The flash rate of each individual RRFB indication, as applied over the full flashing sequence, shall not be between 5 and 30 flashes per second to avoid frequencies that might cause seizures. 4. The light intensity of the yellow indications during daytime conditions shall meet the minimum specifications for Class 1 yellow peak luminous intensity in the Society of Automotive Engineers (SAE) Standard J595 (Directional Flashing Optical Warning Devices for Authorized Emergency, Maintenance, and Service Vehicles) dated January 2005. 5. To minimize excessive glare during nighttime conditions, an automatic signal dimming device should be used to reduce the brilliance of the RRFB indications during nighttime conditions. C. Beacon Operation: 1. The RRFB shall be normally dark, shall initiate operation only upon pedestrian actuation, and shall cease operation at a predetermined time after the pedestrian actuation or, with passive detection, after the pedestrian clears the crosswalk. 2. All RRFB units associated with a given crosswalk (including those with an advance crossing sign, if used) shall, when actuated, simultaneously commence operation of their rapid-flashing indications and shall cease operation simultaneously. 3. If pedestrian pushbutton detectors (rather than passive detection) are used to actuate the RRFB indications, a Push Button To Turn On Warning Lights (R10-25) sign shall be installed explaining the purpose and use of the pedestrian pushbutton detector. 4. The duration of a predetermined period of operation of the RRFBs following each actuation should be based on the procedures provided in Section 4E.06 of the CAMUTCD for the timing of pedestrian clearance times for pedestrian signals. 5. The predetermined flash period shall be immediately initiated each and every time that a pedestrian is detected either through passive detection or as a result of a pedestrian pressing a pushbutton detector, including when pedestrians are detected while the RRFBs are already flashing and when pedestrians are detected immediately after the RRFBs have ceased flashing. 6. A small pilot light may be installed integral to the RRFB or pedestrian pushbutton detector to give confirmation that the RRFB is in operation. 214 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 203 D. Power Source The RRFB shall be powered from a direct AC power source per project plans and include a pole-mounted controller with NEMA 3R aluminum cabinet. E. Accessible Pedestrian Signal 1. Operates over a single pair of wires - uses existing button wires 2. All PBS wired in parallel, individually assignable to any phase 3. 16 buttons can operate on a single iCCU (dependent on power requirements and wire runs) 4. Central & Remote Communication via Ethernet or Wireless (Wi-Fi & Bluetooth). SNMP (email alerts) & SNTP 5. Preemption message broadcasting 6. All sounds are synchronized 7. Extended Push Priority: mutes all but selected crosswalk, capable 8. False walk detection: four independent checks 924-2 MEASUREMENT AND PAYMENT Measurement and payment for Rectangular Rapid Flashing Beacons (RRFB) shall be made at the unit price per each intersection installation and shall include, furnishing and installing all equipment with all applicable hardware on existing poles, pedestrian warning signs, pedestrian push buttons, Type 2 posts and wiring and power connections to provide a fully operational RRFB system, complete and in place. 215 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 204 SECTION 925 TRAFFIC SIGNALS (Bid Item No. 54 and 55) 925-1 GENERAL In-Pavement Loop Detectors Loop wire shall be Type 2. Loop detector lead-in cable shall be Type B. Detection loops shall be centered in the travel lane and begin within 1’ of the limit line or crosswalk. Vehicle detection loops shall be Type E and installed per Caltrans Standard Plans ES-5A and ES-5B. Bicycle detection loops shall be Type D and installed per Caltrans Standard Plans ES-5A and ES-5B. Detector loops shall be sealed with hot melt rubberized asphalt sealant. 925-2 MEASUREMENT AND PAYMENT Measurement and payment for in-pavement loop detectors shall be made at the unit price per each and shall include, furnishing all materials and equipment to sawcut pavement, place conductors, expose and reuse existing curb termination or furnish new termination, pull lead-in cable, splice lead-in cable with detector conductors and seal pavement per Caltrans Standard Plans ES-5A, B and D and the project plans complete and in place. 216 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 205 SECTION 926 SLURRY SEAL (Bid Item No. 25) 926-1 GENERAL The slurry seal work consists of furnishing all labor, materials, tools, equipment, and incidentals necessary for the complete application of emulsion-aggregate slurry (Type II) as shown on plans and maps. The material for the emulsion aggregate slurry shall conform to the requirements of Subsection 203-5 and 302-4 of the SSPWC, except as modified herein. The Contractor shall protect all metal manhole, survey monument vault covers, and water valve covers during the slurry application. After the slurry has been applied and cured, the Contractor shall remove all slurry material attached to manholes, survey monument vault covers, and water valve covers. The Contractor shall provide such flaggers and barricades as required to protect the uncured slurry from vehicular traffic. Any damage to the uncured slurry shall be the responsibility of the Contractor. 926-2 MATERIALS Emulsion - aggregate slurry shall be Type II. The amount and type of accelerator used shall be submitted to and approved in advance by the City. Emulsified asphalt shall be Polymer modified quick-set type PM-CQS-1h. Prior to a change of emulsion, Contractor shall thoroughly clean all emulsion tanks and mixing units to prevent any chemical reaction between the two emulsions. Contractor shall schedule and coordinate the delivery of aggregate to the stockpile(s) such that: (1) deliveries originate at the plant and arrive at the stockpile site within normal work hours on the same calendar day, (2) delivery site and project name are explicitly stated on each delivery ticket, (3) successive deliveries on the same calendar day show the cumulative total for that day, (4) copies of all delivery tickets are delivered to the City before the end of the working day, whereas any delivery tickets not so delivered may be rejected by the City. Any deviation from this process must have the prior approval of the City. 926-2.1 Aggregate Aggregate shall consist of sound, durable, crushed stone or crushed gravel and approved mineral filler. The material shall be free from vegetable matter and other deleterious substances. Aggregates shall be 100% crushed with no rounded 217 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 206 particles, volcanic in origin and black in color, as supplied by George Reed, Table Mountain Plant, Sonora, CA., or Equal. The use of gray or light-colored aggregate will not be allowed. 926-2.2 Polymer Modified Emulsion Polymer modified emulsion-aggregate slurry shall conform to the table below. Asphalt emulsions shall be composed of a paving asphalt base uniformly emulsified with water and an emulsifying or stabilizing agent. Polymer modified asphalt emulsions shall also contain a polymer. The asphalt emulsion shall be homogeneous. Within 30 days after delivery and provided separation has not been caused by freezing, the asphalt emulsion shall be homogeneous after thorough mixing. The polymer used in the manufacture of polymer modified asphaltic emulsion shall be, at the option of the Contractor, either neoprene, ethylene vinyl acetate, or a blend of butadiene and styrene. The emulsion supplier shall certify that the asphalt residue contains at least 2.5 percent polymer (dry weight) and that the polymer has either been added as a solid polymer to the base asphalt, or has been added in the form of a latex at the time of emulsion manufacture. Polymer modified emulsified asphalt shall be kept in a suspended state by an agitating mixer operated every 3 days. Requirements for Polymer Modified Cationic Quick Setting Emulsions] (PMCQS1h) Properties Min. Max. Test on Emulsions Viscosity SSF, @ 77°F Sieve Test, % Storage Stability, 1 day, % Residue by Evaporation Particle Charge 15.0 -- -- 57.0 Positive 90.0 0.3 1.0 -- -- Tests on Residue from Evaporation Test Penetration, 77°F Ductility, 77°F, cm Absolute Viscosity @ 140°F, poise Solubility in Trichloroethylene 40.0 40.0 2,250.0 97.0 90.0 -- -- -- Quantitative Test for Polymer Content Either; Torsional Recovery, % Or, Polymer Content in Residue, wt % 18.0 2.5 -- 3.0 926-2.3 Test Reports and Certification 218 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 207 A certification of compliance shall be provided at least 48 hours prior to delivery of emulsion to the project. 926-3 EQUIPMENT 926-3.1 General A. Inspection: The Contractor shall provide the slurry application equipment for inspection at the site or other location acceptable to the City of least two working days prior to beginning work. Any equipment requiring repair or replacement as determined by the City shall not be used on the work until its condition is accepted by the City. B. Maintenance: All equipment shall be maintained in a good state of repair, i.e., no excessive oil leaks that could damage existing asphalt, concrete or landscaped areas. All equipment safety guards shall be in place, hydraulic hoses shall be in good condition. No equipment shall show potential danger to the crews, passing pedestrians and motorists. Failure to comply with this provision will be cause to have the equipment removed from the job. Equipment considered by the City to be critical to the operation including monitoring equipment such as meters and scales shall be operational at all times. C. Temperature Measuring Devices: All emulsion storage facilities shall have temperature-measuring devices. Temperature measuring devices shall be operational at all times when the storage facility is in use. 926-3.2 Trucks Transit trucks shall not be used. The Contractor shall furnish and continuously operate a minimum of three (3) trucks with approximately fourteen (14) ton capacity for each scheduled workday. The number of trucks used each day shall be as shown on the approved schedule unless otherwise approved in advance by the City. Failure by the Contractor to adhere to this requirement will cause the City to sustain additional inspection costs to be determined by the City which will be deducted from any compensation due the Contractor. All trucks which the Contractor proposes to use that exceed the legal limit are required to have overweight permits from the City. Prior to the beginning of slurry operations, Contractor shall furnish, at no cost to the City, a licensed weigh master’s certificate indicating the net weight capacity of the aggregate bin for each truck and the empty weight of the truck. The certificate shall be dated no more than 60 days prior to construction. 219 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 208 926-3.3 Slurry Spreader Box The Slurry Spreader Box shall be equipped with a steering device and suitable drag to erase ridges. The drag rubber shall be new at the beginning of the contract and shall be maintained in a good state of repair throughout the contract. A minimum 2-foot length of burlap material shall be attached to the entire width of the drag. 926-3.4 Continuous Flow Mixer Continuous flow mixers shall conform to SSPWC Sec. 302-4.3 and shall be equipped with a fines feeder for addition of accelerator and a thermometer for indicating emulsion temperature. 926-3.5 Sweepers Street sweepers for pre-slurry application cleaning shall be air-vacuum type approved in advance by the City. Post application cleaning may be performed by broom type sweepers approved in advance by the City. 926-3.6 Support Equipment Support equipment such as front-end loaders and emulsion storage tank shall be in good working order and sized adequately to maintain the slurry seal work without interruption. Emulsion storage tank shall have a thermometer for indicating emulsion temperature. 926-4 APPLICATION 926-4.1 General Except where otherwise indicated herein, slurry seal application shall be in accordance with SSPWC Section 302-4.8. No application of slurry shall occur until all pot holes are repaired, deep patching, skin patching, crack sealing or other preliminary pavement repairs have been completed, raised pavement markers removed; and pavement markings and striping removed by wet sand blasting. The surface of the pavement shall be thoroughly cleaned by sweeping or other means necessary to remove all loose particles of paving, all dirt and other extraneous material prior to the application of slurry. No slurry seal shall be placed before 8:30 a.m. nor after 2:00 p.m. No street shall be closed to traffic for more than four (4) hours after being slurried, unless approved by the Engineer. No street shall be closed to traffic until immediately prior to slurry application. 220 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 209 Emergency vehicles shall be permitted to pass through the work area without delay at all times. Slurry seal must be placed on alternate streets in a neighborhood to minimize inconvenience to the traveling public and local automobile parking. Slurry shall be applied only when the temperature of the pavement is above 60° F and the atmospheric temperature is at least 60° F and rising unless otherwise directed. The slurry shall be properly proportioned, mixed, and spread evenly on the surface as specified herein and as directed. The cured slurry shall have a homogeneous appearance, fill all surface voids and penetrate cracks, adhere firmly to the surface and have a skid-resistant texture. 926-4.2 Stockpiling A. Contractor shall arrange with the City for appropriate areas for stockpiling and batching. The stockpile areas shall be thoroughly cleaned, removing all excess material and all material contaminated by spilled oil, and left with a neat, orderly appearance upon completion of slurry operations in that area. B. Stockpile within a private property requires the consent of the owner and owner’s satisfactory completion of final cleanup/removal. C. Any damage done to these areas as determined by the City shall be corrected by the Contractor to the satisfaction of the City prior to final payment. D. The Contractor shall stockpile all slurry constituents at the same site for the work in each area. 926-4.3 Preparation A. The Contractor shall fill cracks prior to application of the slurry as specified in Section 904 of these Special Provisions. Certain areas not appropriate for crack filling, as determined by the Engineer, will need to be cleaned by the Contractor. These areas shall be cleaned by blowing out debris with high-pressure compressed air and the surrounding areas shall be swept the same day. B. Preparation shall include removal of pavement markers, trimming of interfering shrubbery and ground growth, removing trimmed vegetation, controlling nuisance water, and sweeping. Immediately prior to slurry application, the surface shall be cleaned of dust, dirt, oil, grease, vegetation and other foreign material. C. Contractor shall remove existing raised pavement markers and 221 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 210 thermoplastic markings prior to the commencement of any slurry application. D. Any vegetation in the area of the slurry seal shall be removed. E. All concrete surfaces to be joined by the slurry seal with exception of longitudinal curb and gutter shall be covered prior to slurry application with tar paper or other approved material. F. All metal covers and survey markers within the street slurry seal areas shall be protected by the Contractor in order that the slurry seal will not adhere. The methods of protection shall be approved in advance by the City's Inspector. These areas shall be cleaned no later than twenty-four (24) hours or the following workday after the application of the slurry seal. G. Prior to placement of any slurry seal, the pavement edge of all curb ramps shall be cold milled, as specified in Section 904-3. 926-4.4 Mixing and Spreading A. Subsection 302-4.6.3 is hereby deleted and replaced with the following: Slurry seal shall be placed only when the ambient temperature is above 60 degrees and rising. No slurry will be placed during inclement weather or the threat thereof. Contractor shall bear the responsibility of cancellation of work on these days and shall be responsible for any damages which may arise from non-cancellation. B. The application of slurry shall be such that the Contractor complies with the restrictions in Section 902-3 herein. C. Each slurry crew shall be composed of a coordinator at the project site at all times, a competent quick-set mixing man, a competent driver, sufficient traffic control personnel and sufficient laborers for any handwork and cleanup. D. No slurry seal shall be placed on a wet street or crossing without the City's consent. E. In areas with existing asphalt berms, the slurry application shall include the entire berm. F. Intersections and commercial driveways shall be completed in two or more parts to allow ingress and egress to traffic. G. When necessary to provide vehicular or pedestrian crossing over the fresh 222 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 211 slurry, the City will direct the Contractor to spread sufficient sand or rock dust on the affected area to eliminate tracking or damage to the slurry. Sand or rock dust used for this purpose shall be at the Contractor's expense. Slurry aggregate is not acceptable for this application. The texture and appearance of the sanded areas shall sufficiently match adjacent work or the area shall be repaired as required by the City at the Contractor's expense. H. Contractor shall provide barricades and other traffic control devices as necessary to eliminate traffic on areas of fresh slurry that might sustain damage from such traffic. Any tracking of slurry seal on private property will be the responsibility of the Contractor to correct. I. The cost of cleanup and/or damage caused by vehicles tracking through the slurry seal shall be born solely by the Contractor. J. Slurry shall be applied with an overlap of the concrete gutter of 1” (1 inch). Any slurry material exceeding the 1” shall be removed by the contractor prior to completion of the project. The overlap dimension of the longitudinal lap joint shall not exceed 6" (six inches) unless directed otherwise by the City. K. Where the completed slurry is not uniform in color, the street shall be treated to eliminate the color variation at the Contractor's expense. The method of treatment shall be approved by the City. L The Contractor shall sweep all streets including gutters after slurry application. Additional sweeping may be required by the City at the Contractor's expense if the City determines that sufficient loose material is accumulating after the initial sweeping. M. The application rate shall not exceed 200,000 square feet per day on residential streets and 300,000 square feet per day on commercial streets. After 10 consecutive working days of operation, the Contractor may request that these spread rates be increased. In consideration of the Contractor's performance and in the interest of the project, the City may elect to allow this change. 926-4.5 Rolling After application, all areas receiving slurry seal shall be rolled with a rubber-tire roller. Rolling shall be performed with two complete passes by a 12-ton nine-wheel rubber tired roller with a tire pressure of 50 psi and maintained so that the air pressure will not vary more than 5 psi from the designated pressure. Rolling shall be performed after slurry is applied and as soon as it sets up enough to support the roller and not pick up slurry on the tires. 223 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 212 Areas of shade on the pavement that set up more than 10 minutes later than other areas shall be rolled separately, but as soon as they set up sufficiently to meet the requirements herein. Insufficient rubber-tire rollers to meet these requirements shall be cause for termination of slurry operations until rolling can keep pace with slurry spread. 926-4.6 Test Sections At least five (5) working days prior to commencement of work and prior to issuing notifications to property owners, Contractor shall perform test sections for review and approval by the City for slurry to be used in the contract. Test sections shall include pavement preparation, crack routing and sealing, and cured slurry seal open to traffic all in conformance with these specifications. The area of the test sections shall be at least 5,000 square feet. The test section locations shall be in the area of the work. The test section locations shall be in the area of the work and shall be completed prior to 11:00 a.m. to allow for minimum delay of test results. Test section locations shall be approved by the Engineer prior to placing slurry. If the tested materials and workmanship do not meet specifications, the Contractor shall arrange with the City for subsequent test section locations, sampling, testing and monitoring. All expenses to the City for subsequent test sections shall be reimbursed by the contractor by deduction from the contract price. The Contractor shall not begin slurry application until the test sections have received written approval by the City. The approved mix design and test section results shall determine the mixing parameters for this project. 926-4.7 Monitoring The Contractor shall facilitate the following testing and monitoring activities to be performed by the City: A. Obtaining load tickets for materials delivered to the stockpile sites (to be given to the City the same day the material is received). B. Obtaining tare and loaded weights for each load on each truck at the stockpile site. (Note: If the Contractor agrees to fill oil and water prior to weighing loaded trucks, the tare weight need only be taken as required by the City.) C. Obtaining measurements of emulsion and water added for each truck at the stockpile site. 224 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 213 D. Obtaining volumetric measurements of rubberized slurry for each truck. E. Sampling for Wet Track Abrasion Testing at the work sites. F. Measurement of street area covered. G. Monitoring of work quality and traffic control. 926-5 MEASUREMENT AND PAYMENT Measurement and payment for slurry seal will be made at the contract unit price bid per square feet, as shown in the Bid Schedules. The above contract price and payment shall for slurry seal shall be considered as full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals for doing all the work involved and necessary for constructing slurry seal, complete in place, including disposal of all extraneous materials as shown on these plans, as specified in the SSPWC and these Special Provisions, and as directed by the Engineer. 225 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 214 SECTION 927 RELEASE ON CONTRACT (Bid Item No. 86) 927-1 GENERAL Prior to receiving final payment, the Contractor shall execute a "Release on Contract" form (included in Appendix "A" of these Specifications) which shall operate as, and shall be a release to the City, the City Council, and each member of the City Council and their agents, from all claims and liability to the Contractor for anything done or furnished for, or relating to, the work or for any act of neglect of the City or of any person relating to or affecting the work, except the claim against the City for the remainder, if any there be, of the amounts kept or retained as provided in the SSPWC Subsection 7-3, "Payment," and except for any unsettled claims listed on said form which have been filed in compliance with the requirements for making claims. 927-2 PAYMENT A payment of $1.00 will be made to the Contractor for executing this document. 226 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 215 SECTION 1000 WATER IMPROVEMENTS (Bid Item No. 38 thru 40) 1000-1 GENERAL DESICRIPTION OF WORK The Contractor shall furnish all materials, equipment, tools and labor for the construction of: HIGH STREET – WATER IMPROVEMENTS In accordance with the plans and specifications, project involves replacement of an existing water service and installation of a new irrigation services. The work shall include but not be limited to: trenching; excavation; potholing; bedding and backfill; removal and reconstruction of existing improvements; dewatering; installing water pipe and appurtenances; flushing, testing and disinfecting; disposal of all excess excavated or removed materials; the construction of temporary and permanent pavement resurfacing; and needed work as indicated and shown in these plans and specifications. 1000-2 PERMITS, EASEMENTS, AND LICENSES Some of the work to be performed under these Plans and Specifications involves County of Ventura facilities, where separate construction permits are required. The Contractor shall have on site a current general excavation permit from OSHA. The Contractor shall comply with all permits related to this project. The Contractor shall also obtain any other permits, as required by Local, County, or State Ordinances. 1000-3 WATER FOR CONSTRUCTION The Contractor may take construction water from a fire hydrant at a location to be deter- mined by the Agency. The Contractor shall pay the hydrant meter installation fee and the refundable trust deposit. Actual fees and costs will be determined by the District. It is the Contractor’s responsibility to coordinate the acquisition of the required fire hydrant meter from the Ventura County Waterworks District No. 1 (District). The District will install the hydrant meter at the appropriate hydrant and the Contractor shall be responsible for transporting that water from the meter to the site. Transporting may be by hoses, temporary pipes or water truck but whichever method is used, it shall be leak-free and shall not cause an accumulation of water on the road or in the work or staging areas. 1000-4 DISPOSAL OF EXCESS MATERIAL 227 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 216 The Contractor shall be responsible for lawfully disposing of all surplus soil and other materials resulting from excavation and trenching at a proper place of disposal. 1000-5 GENERAL GUARANTEE The Contractor's attention is directed in particular to the last paragraph of Section 6-8 of the Ventura County Standard Specifications (VCSS). Manufacturer's standard guarantee shall be submitted with all shop drawing submittals. 1000-6 WATER SHUTDOWN The Contractor shall not operate the existing water system. Any shutdown of the existing system as required to perform the work in this contract shall be coordinated with the District at least 14 working days prior to intended shut-down. In the event of an emergency, the Contractor shall call (805) 378-3005. 1000-7 RECORD DRAWINGS The Contractor shall maintain at the jobsite one set of full size contract drawings neatly marked with red lines to show any deviations that have been made from the contract documents including buried or concealed construction and utility features that are revealed during the course of construction. Said record drawings shall be supplemented by any detailed sketches as necessary or directed to indicate fully the work as actually constructed. Record drawings shall be accessible to the Engineer at all times during the construction period and shall be delivered to the Engineer upon completion and prior to acceptance of the work. Progress payments may not be accepted if the record drawings are not kept current. Request for final payment shall not be approved until completed, legible record drawings showing all variations between the "work as constructed" and as originally shown on the contract documents has been delivered and approved by the Engineer. 1000-8 DIMENSIONS AND VERIFICATIONS The stationing shown on the plans and in these Specifications was established by formal survey methods. No warranty is made, expressed or implied, as to the accuracy of these dimensions, and it is the Contractor's responsibility to verify all dimensions before construction in accordance with these Specifications. Prior to ordering any materials or beginning any construction, the Contractor shall expose the existing system at the intended point of connection with new facilities, and shall verify the location, elevation, types, and sizes of materials and fittings required to make the connection. The Contractor shall verify the exact location of existing water, sewer, oil, and gas mains and laterals, telephone cables, storm drainage, and other utilities and obstructions prior to construction in order that revised grades or alignment may be 228 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 217 established if required. When existing conditions are encountered which, in the opinion of the Engineer, require temporary suspension of work for design modifications or for other determinations, the Contractor shall move to other areas of work until such determinations are made. No additional compensation to the Contractor shall be made, except that an appropriate time extension for completion may be allowed when it affects the overall construction schedule. 1000-9 SHOP DRAWINGS AND SUBMITTALS The Contractor shall submit shop drawings in accordance with Section 2-5.3 of the VCSS, except as herein noted. The Contractor shall review, stamp with his approval, and submit for review by the Engineer shop drawings for all materials and equipment to be incorporated into the work. Shop drawings shall be submitted with promptness and in orderly sequence to cause no delay in the prosecution of the work. Shop drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are prepared by the Contractor or any Subcontractor, Manufacturer, Supplier or Distributor, and which illustrate some portion of the work. Shop Drawings requirements are: Items per Section 2-5.3.2 of the General Provisions:  Gradation sheets and certifications for imported earth material.  Mix design and certifications for concrete and asphalt.  Dimensional drawings and exploded materials of construction drawings and certifications for all mechanical and electrical equipment, including valves, hydrants, air and vacuum valves, blow-offs and couplings.  Dimensional drawings, joint information and certifications for pipe materials including branches, mains, and couplings.  Paint mixes, Safety Data Sheets, and color swatches for field coating of above grade facilities and for protective coating of below grade iron fittings.  Slurry Backfill  Base Material  Bedding Material 1000-10 DISTRICT SPECIFICATIONS AND STANDARDS The Ventura County Waterworks District Nos. 1, 16, 17 & 19 have prepared standard specifications and standard drawings for water system construction. The standard drawings are identified on the plans and are included in the Appendix for reference. 1000-11 UTILITY CROSSINGS 229 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 218 Changes in alignment and grade of the pipeline or changes in the fittings at connections due to utility crossings shall be approved by the Engineer. The cost incurred in making utility crossings shall be included in the price bid. 1000-12 SALVAGE MATERIALS Existing pipe and fittings to be removed as part of this work and designated by the District to be salvaged, shall be salvaged and delivered intact to the District yard at 6767 Spring Road, Moorpark, CA 93021. Set materials in a neat stack at a location designated by the yard manager. Materials to be removed and not salvaged shall be disposed of in accordance with the demolition plan per Ventura County Integrated Waste Management Division (IWMD) permit requirements. 1000-13 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS The Contractor shall be responsible for the protection of property adjacent to the work site. Protection and restoration of existing improvements shall be in accordance with Subsection 7-9 of the VCSS. 1000-14 MEASUREMENT AND PAYMENT The cost of water for construction shall be included in contract unit prices for the bid items for which water is required and no additional payment shall be made therefor. Measurement and payment for replacement of existing water service shall be made at the contract unit price bid per each and shall include full compensation for potholing, trench excavation, dewatering, piping, fittings, valves, meter boxes, installation of new meters (meters supplied by County), trench backfill (native and import), compaction, testing, disinfection, in accordance with County Standards, for a fully functional facility, complete and in place. Measurement and payment for new irrigation service shall be made at the contract unit price bid per each and shall include full compensation for potholing, trench excavation, dewatering, piping, fittings, valves, meter box, installation of new meter (meters supplied by County), furnishing and installing backflow device, trench backfill (native and import), compaction, testing, disinfection, in accordance with County Standards, for a fully functional facility, complete and in place. Measurement and payment for relocating fire hydrants shall be made at the contract unit price per each and shall include full compensation for the excavation and backfill for the hydrant lateral, furnishing extension of the lateral, including pipe and Megalugs; removal of hydrant spool, hydrant and thrust block; reinstallation hydrant spool and hydrant, construction of thrust block, dewatering, complete and in place. END OF SECTION 230 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 219 SECTION 1001 TRENCH SAFETY METHODS (Not a Bid item) 1001-1 GENERAL DESICRIPTION OF WORK The Contractor shall conform to the orders of the State of California, Division of Industrial Safety (DIS), Cal-OSHA Standards and Section 306-1of the SSPWC for furnishing, installing, maintaining, and removing all sheeting, shoring, and bracing. The Contractor shall obtain a DIS permit and supply the Engineer with a copy at the preconstruction conference. In accordance with VCSS Sub-Section 7-10.4.1, seven days prior to the start of construction the Contractor shall submit to the District a shoring plan signed and sealed by a Professional Engineer in the State of California to the Engineer. Acceptance, as used in the referenced section, shall be construed to mean the District has received the complete shoring plan. In no case shall the District be perceived as having reviewed or approved the plan. 1001-2 MATERIALS Not used. 1001-3 CONSTRUCTION 1002-3.1 General The Contractor shall retain on site all necessary permits and shall abide by the conditions thereof. 1001-4 MEASUREMENT AND PAYMENT Payment for Trench Safety Methods shall be made at the contract price bid for which the safety methods may be required and no additional payment shall be made therefor. 231 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 220 SECTION 1002 PIPELINE TESTING, CLEANING, DISINFECTING, AND INSPECTION (Not a Bid Item) 1002-1 GENERAL The work performed under this section includes the cleaning, testing, disinfecting and inspection of water system after completion of installation. 1002-2 MATERIALS (NOT USED) 1002-3 CONSTRUCTION 1002-3.1 Temporary Connection to Existing Pipelines The Contractor may connect to the existing water pipeline at a point designated by the engineer. The connection between the existing and new pipelines shall contain a backflow prevention device to preclude water from the new pipe from backing into the existing pipe. At the end of the disinfection and testing process, the temporary connection shall be disassembled, and a permanent connection shall be made. 1002-3.2 Inspection, Disinfection, and Testing Schedule Test and inspect the pipe after installation and cleaning. Installation shall be considered complete when the final asphalt layer is installed, sealed and striped. The Contractor may test the pipe before the final asphalt work is complete for his own knowledge and comfort, however, the District’s acceptance pressure test and disinfection shall not take place until after all the work is in place, with the exception of the connections. 1002-3.3 Cleaning During installation, keep the pipe clean and free of all construction debris, mud and silt. In the event foreign material enters the pipe during installation, immediately clean the pipe before completing the installation. All portions of the water system which have been constructed under this contract shall be cleaned of all sand, mortar, cement, bricks, and all other construction material, debris, dirt, mud and silt before starting the testing. Cleaning the completed pipe by flushing shall be such that a flushing velocity in excess of 2 feet per second is maintained until the pipe is determined by the District to be cleaned. 1002-3.4 Leakage of Testing of Pipe 1002-3.4.1 Pressure Pipelines 232 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 221 Where any section of the piping contains concrete thrust blocks or encasement, do not make the pressure test until at least ten days after the concrete has been poured. When testing mortar lined piping, fill the pipe to be tested with water and allow it to soak at least 48 hours to absorb water before conducting the pressure test. For PVC pipe, allow the water to sit in the pipe under pressure for a period of 24 hours to allow the entrained air to migrate to the air and vacuum valves. Apply and maintain the test pressure by means of a hydraulic force pump. Pressure test the pipe in accordance with SSPWC 306-8.9, except there shall be no allowable leakage. The test pressure shall be 200 psi. Repair and retest any pipes showing leakage rates greater than allowed in the above criteria. 1002-3.4.2 Failures of Testing Any pipe that fails the water pressure test shall be removed, replaced and retested. 1002-3.5 Disinfection Disinfect pipe in accordance with VCSS Section 306-9 and AWWA C651, Continuous Feed or Slug method. Chlorine pellets or powders shall not be used inside the pipe during installation to avoid chemical burning of the pipe wall material. Disinfection shall be performed by a Contractor experienced in the disinfection of pipe. The District shall sample and test for Bacteria and Chlorine residual. In the event the testing reveals disinfection is not satisfactory, the Contractor shall again disinfect the pipe at his own expense. Flushing and disposal of flushed disinfection water shall be in accordance with Section 4 of the AWWA C-651, including the requirement for de-chlorination of flushed water. 1002-4 MEASUREMENT AND PAYMENT Payment for disinfection, inspection and testing shall be considered as included in the unit price of the bid items to which it is appurtenant, and no additional payment shall be made therefore. 233 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 222 CITY OF MOORPARK DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION APPENDICES FOR HIGH STREET IMPROVEMENT PROJECT CAPITAL IMPROVEMENT PROJECT NO. C0009 SPECIFICATION NO. MPK 24-01 234 Specification No. MPK 24-01 High Street Improvement Project Capital Improvement Project No. C0009 223 LIST OF APPENDICES APPENDIX A – Release on Contract APPENDIX B – Notice to Property Owners and Residents APPENDIX C – Traffic Advisory Sign Detail APPENDIX D – Ventura County Air Pollution Control Board Rule 55 Fugitive Dust APPENDIX E – Quality Assurance Program APPENDIX F – Permits APPENDIX G – Construction Plans 235 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 SPECIFICATION NO. MPK 24-01 HIGH STREET IMPROVEMENTS, C0009 CITY OF MOORPARK PUBLIC WORKS DEPARTMENT TITLE SHEET 1 236 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 DEMOLITION PLAN 2 237 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 DEMOLITION PLAN 3 238 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 DEMOLITION PLAN 4 239 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 DEMOLITION PLAN 5 240 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 6 GRADING PLAN 241 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 7 GRADING PLAN 242 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 8 GRADING PLAN 243 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 9 GRADING PLAN 244 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 10 RAMP AND DRIVEWAY DETAILS 245 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 MILL AND OVERLAY PLAN 11 246 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 IMPROVEMENT SECTIONS 12 247 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 IMPROVEMENT SECTIONS 13 248 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 STORM DRAIN PLAN 14 249 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION 24-ML-11112C0009 MPK 24-01 HIGH STREET STREET IMPROVEMENT PLAN 42 SIGNING AND STRIPING PLAN 15 M 39A 250 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P ORATED J U L Y 1 1983 HIGH STREET 42 24-ML-11112 MPK 24-01 C009EXPIRES: 12.31.2024GECE# 2414 2529 PROFESSIONAL PKWY SUITE A - P.O. BOX #368 SANTA MARIA, CA 93455 P. 805-361-0525 E.INFO@GECECORP.COM WWW.GECECORP.COM DRAWINGS, SPECIFICATIONS, AND OTHER DOCUMENTS, INCLUDING THOSE IN ELECTRONIC FORM, PREPARED BY GRAY ELECTRICAL CONSULTING + ENGINEERING, CORP ARE THE INSTRUMENTS OF SERVICE FOR USE SOLELY WITH RESPECT TO THIS PROJECT UNLESS OTHERWISE AUTHORIZED IN WRITING. GRAY ELECTRICAL CONSULTING + ENGINEERING, CORP SHALL BE DEEMED THE AUTHOR AND OWNER OF THE INSTRUMENTS OF SERVICE AND SHALL RETAIN ALL COMMON LAW, STATUTORY AND OTHER RESERVED RIGHTS, INCLUDING COPYRIGHTS. ELECTRICAL IMPROVEMENTS GENERAL NOTES, SYMBOLS, 16 AND ABBREVIATIONS CODE COMPLIANCE ELECTRICAL PLAN CONVENTIONS SHEET # # ELECTRICAL ABBREVIATIONS - A - A AMPERE ABV ABOVE AC ALTERNATING CURRENT ADJ ADJACENT AFS FUSED SWITCH AMPERAGE RATING AFF ABOVE FINISH FLOOR AFG ABOVE FINISH GRADE AHJ AUTHORITY HAVING JURISDICTION AIC AMPERES INTERRUPTING CAPACITY AL ALUMINUM APCD AIR POLLUTION CONTROL DISTRICT ATS AUTOMATIC TRANSFER SWITCH AV AUDIBLE/AUDIO VISUAL AWG AMERICAN WIRE GAGE - B - BFG BELOW FINISH GRADE BLDG BUILDING BOD BASIS OF DESIGN - C - C CONDUIT CA CALIFORNIA CATV CABLE TELEVISION CB CIRCUIT BREAKER CBC CA BUILDING CODE CEC CA ELECTRICAL CODE CF COMPACT FLUORESCENT CFC CA FIRE CODE CLG CEILING CL CENTER LINE CKT CIRCUIT CNT'R CONTRACTOR C.O. CONDUIT ONLY (W/PULLROPE) CR CRITICAL BRANCH CSFM CALIFORNIA SFM CT CURRENT TRANSFORMER CU COPPER - D - (D) DEMOLITION / DEMOLISH D DEPTH DSA DEPARTMENT OF THE STATE ARCHITECT DC DIRECT CURRENT DIA DIAMETER DPST DOUBLE POLE SINGLE THROW - E - (E) EXISTING (EXN) EXISTING IN NEW LOCATION (EXR) EXISTING TO BE RELOCATED EC ELECTRICAL CONTRACTOR ELEC ELECTRICAL EM EMERGENCY EMT ELECTRIC METALLIC TUBING EOL END OF LINE RESISTOR EOR ENGINEER OF RECORD - F - (F) FUTURE FACP FIRE ALARM CONTROL PANEL FAT FIRE ALARM TERMINAL FBO FURNISHED BY OTHERS FLA FULL LOAD AMPS FLR FLOOR FLUOR FLUORESCENT FF FUSES FOR FS FUSIBLE SWITCH FVNR FULL VOLTAGE NON-REVERSING - G - G GROUNDING CONDUCTOR GC GENERAL CONTRACTOR GFCI GROUND FAULT CIRCUIT INTERRUPTER GFI GROUND FAULT CIRCUIT INTERRUPTER GND GROUND GRS GALVANIZED RIGID STEEL GWS GANG WITH SWITCH - H - H HEIGHT HID HIGH INTENSITY DISCHARGE HO HIGH OUTPUT HOA HAND-OFF-AUTO HP HORSEPOWER HPF HIGH POWER FACTOR HPS HIGH PRESSURE SODIUM - I - ID IDENTIFICATION IG ISOLATED GROUND IBC INTERNATIONAL BUILDING CODE - J - J-BOX JUNCTION BOX - K - KKILO KVA KILOVOLTAMPS KW KILOWATT - L - LC LIGHTING CONTROL LRA LOCKED ROTOR AMPS LS LIFE SAFETY BRANCH LT LIGHT LTG LIGHTING LV LOW VOLTAGE - M - MC MECHANICAL CONTRACTOR MCA MINIMUM CIRCUIT AMPS MCB MAIN CIRCUIT BREAKER MECH MECHANICAL MFR MANUFACTURER MFS MAIN FUSIBLE SWITCH MH METAL HALIDE MLO MAIN LUGS ONLY MOCP MAXIMUM OCP MPOE MAIN POINT OF ENTRY MSB MAIN SWITCHBOARD MSP METER SERVICE PEDESTAL MT MOUNT MT HT MOUNTING HEIGHT MTS MANUAL TRANSFER SWITCH MTTB MAIN TELEPHONE TERMINAL BOARD MTTC MAIN TELEPHONE TERMINAL CABINET - N - (N) NEW N NEUTRAL CONDUCTOR N3R NEMA 3R NAT'L NATIONAL NC NORMALLY CLOSED NEC NATIONAL ELECTRICAL CODE NEMA NAT'L ELEC MANUFACTURER'S ASSOC NIC NOT IN CONTRACT NL NIGHT LIGHT NO NORMALLY OPEN, NUMBER NPF NORMAL POWER FACTOR NTS NOT TO SCALE - O - OAH OVERALL HEIGHT OC ON CENTER OCP OVERCURRENT PROTECTION OD OUTSIDE DIAMETER OH OVERHEAD OPR OWNER PROJECT REQUIREMENTS O&M OPERATION & MAINTENANCE OSA OFFICE OF THE STATE ARCHITECT OSHPD OFFICE of STATEWIDE HEALTH PLANNING & DEVELOPMENT OVLD OVERLOAD - P - PPOLE PA PUBLIC ADDRESS PB PULLBOX PC PHOTOCELL PC PLUMBING CONTRACTOR PH PHASE PNL PANEL POC POINT OF CONNECTION PV PHOTOVOLTAIC - R - (R) RELOCATE(D) RECEPT RECEPTACLE REQ'D REQUIRED RLA RUNNING/RATED LOAD AMPS RM ROOM RMC RIGID METAL CONDUIT RMV REMOVE RPLC REPLACE RS RAPID START - S - SC SIGNAL CABINET SCC SHORT CKT CURRENT SFM STATE FIRE MARSHAL SHT SHEET SL SWITCH LEG SPEC SPECIFICATION SPST SINGLE POLE SINGLE THROW SQ SQUARE SURF SURFACE SERVICE SVC SERVICE SW SWITCH - T - T TRANSFORMER TBR TO BE REMOVED TC TIME CLOCK TEL TELEPHONE TS TIME SWITCH TSP TWISTED SHIELDED PAIR TTB TELEPHONE TERMINAL BOARD TTC TELEPHONE TERMINAL CABINET TX TRANSFORMER TYP TYPICAL - U - UC UNDERCABINET OR UNDERCOUNTER UG UNDERGROUND UGPS UNDERGROUND PULL SECTION UL UNDERWRITERS LABORATORIES UON UNLESS OTHERWISE NOTED USA UG SVC ALERT - V - VVOLT VA VOLT AMPERES VAC VOLT ALTERNATING CURRENT VOLT VOLTAGE VR VANDAL-RESISTANT - W - W WIDTH, WIRE OR WATT WIU WHILE-IN-USE WP WEATHERPROOF - X - XFMR TRANSFORMER ELECTRICAL SYMBOLS LIGHTING AREA LIGHT (EXTERIOR) POWER CIRCUIT BREAKER FUSIBLE SWITCH FUSE DRAW-OUT STUBS GROUND PHASE FLUSH MOUNT PANEL SURFACE MOUNT PANEL SURFACE PANEL WITH WORKING CLEARANCE NOTED DRY TYPE TRANSFORMER (RATING NOTED) RACEWAYS & CONDUCTORS UNDERGROUND CONDUIT CONDUIT (CONCEALED IN STRUCTURE) OVERHEAD CONDUCTORS (NOT IN CONDUIT) WIREMOLD RACEWAY HOMERUN CONDUIT. CROSS MARKS DENOTE NUMBER OF CONDUCTORS - EXAMPLE: 3-HOT AND 1-NEUTRAL. GROUND CONDUCTOR NOT SHOWN. CONDUIT TURNS UP (TOWARDS VIEWER) CONDUIT TURNS DOWN (AWAY FROM VIEWER) CONDUIT STUB (NO MARKER) CONDUIT STUB (WITH MARKER) CONDUIT SEAL CONDUIT CONTINUATION WORK PERFORMED 1. FURNISH LABOR, MATERIALS, EQUIPMENT, COMPONENTS, TOOLS, TRANSPORTATION TO/FROM THE WORK SITE, AND NECESSARY SERVICES ETC. AS REQUIRED TO SUPPORT AND IMPLEMENT THE ELECTRICAL WORK SHOWN ON THE CONSTRUCTION DOCUMENTS. 2. "PROVIDE" AS USED ON THE CONSTRUCTION DOCUMENTS, IS DEFINED AS "FURNISH AND INSTALL". 3. PERMITS SHALL BE OBTAINED FOR ELECTRICAL WORK. ARRANGE INSPECTIONS WITH THE AHJ AND OBTAIN ACCEPTANCE. CONSULT WITH THE ELECTRICAL INSPECTOR PRIOR TO BEGINNING WORK. 4. ELECTRICAL WORK SHALL BE PERFORMED BY A CALIFORNIA STATE LICENSED ELECTRICIAN. 5. INSTALL EQUIPMENT AT LOCATIONS INDICATED ON THE DRAWINGS AS CLOSELY AS FIELD CONDITIONS PERMIT. OBTAIN ACCEPTANCE OF EQUIPMENT DIMENSIONS PRIOR TO INSTALLATION THROUGH SUBMITTAL REVIEW. CALIFORNIA ELECTRICAL CODE (CEC) MINIMUM WORKING CLEARANCES SHALL BE MAINTAINED. 6. ELECTRICAL DRAWINGS ARE DIAGRAMMATIC IN NATURE AND DO NOT REFLECT MINOR VARIATIONS IN EQUIPMENT ALIGNMENT/INSTALLATION THAT MAY BE NECESSARY. REVIEW EXISTING FIELD CONDITIONS AND MAKE PROPER ADJUSTMENTS AS REQUIRED TO AVOID CONFLICT WITH OTHER TRADES OR PORTIONS OF WORK, SATISFY THE DESIGN REQUIREMENTS, AND MEET CODE MINIMUMS. OBTAIN ACCEPTANCE OF ADJUSTMENTS FROM THE ARCHITECT/ENGINEER. 7. NOTIFY THE ARCHITECT/ENGINEER OF DISCREPANCIES WITHIN THE DRAWINGS, THIS SPECIFICATION, AND/OR ACTUAL FIELD CONDITIONS. 8. COORDINATE ELECTRICAL WORK WITH THE WORK OF OTHER TRADES. BIDDING 1. PRIOR TO BIDDING, CONSULT PROJECT SPECIFICATIONS FOR ADDITIONAL REQUIREMENTS. IF PROJECT SPECIFICATIONS HAVE NOT BEEN PROVIDED, REQUEST THEM FROM THE ARCHITECT AND/OR ENGINEER OF RECORD. 2. PRIOR TO THE SUBMISSION OF BID REVIEW EXISTING FIELD CONDITIONS AND MAKE PROPER ADJUSTMENTS AS OUTLINED IN THE PROJECT SPECIFICATIONS. 3. OBTAIN ENGINEERING PRE-APPROVAL FOR ALTERNATE PRODUCT AS OUTLINED IN THE PROJECT SPECIFICATIONS. MATERIAL 1. FURNISHED MATERIAL AND EQUIPMENT SHALL BE NEW UNLESS SPECIFICALLY NOTED OTHERWISE IN THE CONSTRUCTION DOCUMENTS. 2. FURNISHED MATERIAL, EQUIPMENT, AND FIRE STOP THROUGH PENETRATIONS SHALL BE LISTED BY UL OR AN EQUIVALENT NATIONALLY RECOGNIZED LISTING AGENCY. PRODUCT LISTINGS SHALL BE PROVIDED TO THE EOR AT TIME OF SUBMITTAL REVIEW. 3. FURNISHED MATERIAL AND EQUIPMENT SHALL BE INSTALLED IN ACCORDANCE TO THE MANUFACTURER REQUIREMENTS, SUBJECT TO REVIEW, INSPECTION, AND APPROVAL BY THE AHJ. WIRING 1. SEPARATE NEUTRAL CONDUCTORS SHALL BE INSTALLED FOR EACH BRANCH CIRCUIT AS INDICATED PER CONSTRUCTION DOCUMENTS. 2. FEEDERS AND BRANCH CIRCUITS SHALL CARRY A GROUNDING CONDUCTOR, SHALL BE INSTALLED IN EACH CONDUIT/RACEWAY AND SHALL BE BONDED TO THE METALLIC COMPONENTS OF THE RACEWAY SYSTEM. GROUNDING CONDUCTORS SHALL BE SIZED PER THE CONSTRUCTION DOCUMENTS OR CEC REQUIREMENTS, WHICHEVER IS GREATER. MAINTAIN THE UNIFORMITY AND CONTINUITY OF THE GROUNDING SYSTEM IN CONDUIT AND RACEWAYS. GROUND CONDUCTORS SHALL BE SIZED AS INDICATED IN CEC TABLE 250.122, UNLESS OTHERWISE NOTED ON THE DRAWINGS. IT SHALL BE PERMITTED TO UTILIZE A SINGLE GROUND CONDUCTOR WHEN BRANCH CIRCUITS ARE COMBINED IN A SINGLE HOMERUN. GROUND CONDUCTOR SHALL BE SIZED FOR THE LARGEST OVERCURRENT DEVICE. MARKING AND CLEARANCE 1. ELECTRICAL EQUIPMENT SHALL BE PROVIDED WITH FIELD OR FACTORY MARKING INDICATING THE POTENTIAL ARC FLASH HAZARDS AS REQUIRED IN CEC 110.16 AND 110.21. 2. WORKING SPACE AT ELECTRICAL EQUIPMENT SHALL BE MAINTAINED AS REQUIRED PER CEC 110. GENERAL NOTES F#M# P# FS# THE WORK IDENTIFIED IN THESE PLANS AND SPECIFICATIONS SHALL CONFORM TO AND BE INSTALLED IN COMPLIANCE WITH APPLICABLE CODES, STANDARDS, AND ORDINANCES ENFORCED BY THE LOCAL AUTHORITY HAVING JURISDICTION AT TIME OF PERMITTING. UNLESS OTHERWISE NOTED, CODES, STANDARDS, AND ORDINANCES SHALL BE THE LATEST EDITION WITH CALIFORNIA AND LOCAL JURISDICTION AMENDMENTS AS APPLICABLE. WORK IDENTIFIED IN THESE CONSTRUCTION DOCUMENTS SHALL NOT BE INTERPRETED TO CONFLICT WITH ANY STATE LAW, CODE OF REGULATION, LOCAL ORDINANCE, ETC. - 2022 CALIFORNIA GREEN BUILDING STANDARDS CODE - 2022 CALIFORNIA ELECTRICAL CODE - SOUTHERN CALIFORNIA EDISON ELECTRIC SERVICE REQUIREMENTS DETAIL CALL-OUT/REFERENCE DETAIL NO. PLAN REFERENCE NO. REFERENCE NOTE CALL-OUT NUMBERED SHEET NOTE LUMINAIRE DESIGNATION 1a,b BRANCH CIRCUIT, SWITCHLEG(S) A FEEDER DESIGNATION FEEDER DESIGNATION NO. REFERS TO FEEDER SCHEDULE INCLUDED ON THE SINGLE LINE DIAGRAM. SCHEDULE NOTES FEEDER SPECIFICATION, CONDUIT SPECIFICATION, AND ROUTING. BRANCH CIRCUIT DESIGNATION 1 EQUIPMENT DESIGNATION EQUIPMENT DESIGNATION: "M" - MECHANICAL "P" - PLUMBING "FS" - FOOD SERVICE LUMINAIRE DISTRIBUTION LIGHT DISTRIBUTION INDICATED BY ARROWS SHEET INDEX ELECTRICAL 16 GENERAL NOTES SYMBOLS AND ABBREVIATIONS 17 EXISTING ELECTRICAL SITE PLAN 18 NEW ELECTRICAL SITE PLAN 19 ELECTRICAL DETAILS 20 ELECTRICAL DETAILS NEW LUMINAIRE SCHEDULE TYPE MANUFACTURER SPECIFICATION LAMP AC VOLTAGE SYSTEM WATTAGE MOUNTING NOTES S1 HOLOPHANE OR CITY APPROVED ALTERNATE AWDE3 P30 MVOLT LS AL3 BK ST TBK PR7 AO LED (3000K)240V 61W POLE (MATCH EXISTING CITY STANDARD) POLE MOUNTED LED STREET LIGHTING FIXTURE. BUG RATING: B2 U5 G5. 8,852 LUMENS. PROVIDE WITH INTEGRAL PHOTOCELL. FURNISH POLE WITH SINGLE GFI RECEPTACLE WITH SPLIT WIRE CONNECTION TO 120V FROM STREET LIGHT BRANCH CIRCUIT. (E) HOLOPHANE OR CITY APPROVED ALTERNATE AWDE3 P30 MVOLT LS AL3 BK ST TBK PR7 AO LED (3000K)240V 61W (E) POLE (E) POLE MOUNTED LED STREET LIGHTING FIXTURE INSTALLED IN NEW LOCATION. BUG RATING: B2 U5 G5. 8,852 LUMENS. FIELD VERIFY IF NOT EXISTING: (1) INTEGRAL PHOTOCELL (2) SINGLE GFI RECEPTACLE WITH SPLIT WIRE CONNECTION TO 120V FROM STREET LIGHT BRANCH CIRCUIT, (3) 240V VOLTAGE COMPATIBILITY. SITE LOCATION SCALE: VICINITY MAP NOT TO SCALE SCOPE OF WORK THE PROJECT INVOLVES THE INSTALLATION OF TWO (2) NEW STREET LIGHTS, AND RELOCATION OF FOURTEEN (14) STREET LIGHTS AT EAST HIGH STREET, BETWEEN MOORPARK AVENUE AND MAGNOLIA STREET. ALSO INCLUDED IS THE INSTALLATION OF RECEPTACLE PEDESTALS AND ELECTRICAL COMPONENTS SUPPORTING NEW RRFB'S. THE PROJECT WILL ENCOMPASS ALL NECESSARY MATERIALS AND INSTALLATION PROCEDURES TO ENSURE THE SUCCESSFUL IMPLEMENTATION OF A FULLY FUNCTIONAL ELECTRICAL/LIGHTING SYSTEM IN ACCORDANCE WITH CITY AND UTILITY STANDARDS. WA L N U T S T R E E T PANEL SCHEDULE NOTES PANEL SCHEDULE LOAD TYPE INDEX: "C" = CONTINUOUS LOAD. OPERABLE FOR 3 HOURS OR MORE. LOAD CALCULATED AT 125% OF TOTAL CONNECTED LOAD. "K" = KITCHEN APPLIANCE LOAD. SUBJECT TO 75% DEMAND FACTOR PER NEC 220.53 IF GREATER THAN/EQUAL TO FOUR APPLIANCES. "M"= MECHANICAL LOAD. NO DEMAND FACTOR APPLIED. "R" = RECEPTACLE LOAD. "G"= GENERAL LOAD. GENERAL NOTES: - VOLTAGE DROP CALCULATIONS HAVE BEEN PREPARED IN ACCORDANCE TO 2022 CALIFORNIA ENERGY CODE STANDARDS (TITLE 24, ELECTRICAL POWER DISTRIBUTION). CONDUCTOR LENGTH INDICATED SHALL NOT BE USED FOR BIDDING AND PROCUREMENT PURPOSES. FIELD COORDINATE CONDUCTOR LENGTH REQUIRED AND NOTIFY ENGINEER OF RECORD OF ANY DISCREPANCIES. - FOR CIRCUITS WITH MULTIPLE LOADS (I.E. RECEPTACLES, LIGHTING) THE CIRCUIT ESTIMATED LENGTH IS DETERMINED BY THE FURTHEST DEVICE LOCATION. - WHERE BRANCH CIRCUITS HAVE NOT BEEN LOADED TO THE MAXIMUM ALLOWABLE CIRCUIT CAPACITY, VOLTAGE DROP CALCULATIONS HAVE BEEN PREPARED BASED ON CONNECTED LOAD INDICATED, UNLESS OTHERWISE NOTED. VOLTAGE DROP CALCULATION: VOLTAGE DROP (%) = (2 x OHMS PER 1000 LF x CONDUCTOR LENGTH x AMPS) / (1000 x QTY OF WIRES PER PHASE) NOTES: 1. REFER TO FEEDER SCHEDULE FOR VOLTAGE DROP CALCULATIONS. SINGLE LINE DIAGRAM GENERAL NOTES -FAULT CURRENT CALCULATION NOTE THE ELECTRICAL DISTRIBUTION SHALL BE PROVIDED WITH A FAULT RATING CAPABLE TO WITHSTAND THE VALUE INDICATED ON THE SINGLE LINE DIAGRAM AND / OR REFLECTED IN THE FEEDER SCHEDULE PREPARED FOR THIS PROJECT. THE FORMULAS USED IN THIS CALCULATION ARE AS FOLLOWS; C FACTOR = 1/Z PER LF F FACTOR = [1.73 x L x I ] / [PC x C x E] M FACTOR = 1 / [ 1 + F FACTOR] SHORT CIRCUIT AMPS AT FAULT = 1 x M DEFINITIONS Z PER LF = CONDUCTOR IMPEDANCE PER LINEAR FOOT L = CONDUCTOR LENGTH IN LINEAR FEET I = FAULT CURRENT RATING AVAILABLE AT THE SOURCE PC = QUANTITY OF PARALLEL CONDUCTORS PER PHASE C = C FACTOR (SEE EQUATION) E = LINE VOLTAGE - THE CONTRACTOR SHALL MEET ALL SERVING UTILITY REQUIREMENTS WITH RESPECT TO PROCUREMENT AND INSTALLATION OF THE ELECTRICAL SERVICE. REQUIREMENTS INCLUDE, HOWEVER ARE NOT LIMITED TO THE FOLLOWING: --- METER JAW CONFIGURATION SHALL BE AS REQUIRED PER THE SERVING UTILITY. --- SERVICE EQUIPMENT UNDERGROUND PULL SECTION SHALL MEET SERVING UTILITY COMPANY REQUIREMENTS. --- REMOTE METER CONDUIT SHALL ENTER SERVICE ENTRANCE EQUIPMENT AT TOP OF SECTION. OBTAIN APPROVAL ON ALL REMOTE METER LOCATIONS FROM SCE PRIOR TO INSTALLATION. - THE CONTRACTOR SHALL OBTAIN SERVING UTILITY COMPANY APPROVAL OF THE SERVICE EQUIPMENT DURING SUBMITTAL REVIEW AND PRIOR TO PROCUREMENT. - CONDUCTORS SHALL BE THHN/THWN COPPER UNLESS OTHERWISE NOTED. AMPACITY SIZES NOTED ON THE CONSTRUCTION DOCUMENTS ARE BASED ON 75 DEG. - TERMINALS FOR SWITCHES, CIRCUIT BREAKERS AND OTHER EQUIPMENT, AS SPECIFIED, SHALL BE LISTED AND IDENTIFIED FOR USE WITH 75 DEG. CONDUCTORS. - FINAL TERMINATIONS OF CONDUCTORS TO ELECTRICAL EQUIPMENT AND DEVICES SHALL BE TORQUE-WRENCH TIGHTENED TO THE MANUFACTURER RECOMMENDED SPECIFICATION. 251 (EXR)(EXR) (EXR)(EXR)(EXR)(EXR) 1 2 (EXR) 1111 2 1 1 2 4 (EXR)(EXR) (EXR)(EXR) (EXR)(EXR) 1 TYP UON 2 3 11 111 (EXR) 2 2 1 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P ORATED J U L Y 1 1983 HIGH STREET 42 24-ML-11112 MPK 24-01 C009EXPIRES: 12.31.2024GECE# 2414 2529 PROFESSIONAL PKWY SUITE A - P.O. BOX #368 SANTA MARIA, CA 93455 P. 805-361-0525 E.INFO@GECECORP.COM WWW.GECECORP.COM DRAWINGS, SPECIFICATIONS, AND OTHER DOCUMENTS, INCLUDING THOSE IN ELECTRONIC FORM, PREPARED BY GRAY ELECTRICAL CONSULTING + ENGINEERING, CORP ARE THE INSTRUMENTS OF SERVICE FOR USE SOLELY WITH RESPECT TO THIS PROJECT UNLESS OTHERWISE AUTHORIZED IN WRITING. GRAY ELECTRICAL CONSULTING + ENGINEERING, CORP SHALL BE DEEMED THE AUTHOR AND OWNER OF THE INSTRUMENTS OF SERVICE AND SHALL RETAIN ALL COMMON LAW, STATUTORY AND OTHER RESERVED RIGHTS, INCLUDING COPYRIGHTS. ELECTRICAL IMPROVEMENTS 17 EXISTING ELECTRICALSITE PLAN #REFERENCE NOTES 1. EXISTING CITY STREET LIGHT LUMINAIRE SCHEDULED FOR RELOCATION: - IDENTIFY THE EXACT LOCATION OF THE EXISTING CITY STREET LIGHT SCHEDULED FOR RELOCATION. - CAREFULLY REMOVE THE STREET LIGHT FROM ITS CURRENT LOCATION. - REMOVE AND DEMOLISH EXISTING FOUNDATION AND FILL TO MATCH EXISTING CONDITIONS. - MAINTAIN THE STREET LIGHT IN A SAFE AND SECURE CONDITION FOR REINSTALLATION. - INSPECT THE LUMINAIRE TO ASSESS ITS CONDITION. CLEAN AND REPAIR THE LUMINAIRE AS NEEDED, FOLLOWING THE MANUFACTURER'S RECOMMENDATIONS. - REINSTALL THE STREET LIGHT STANDARD AT THE NEW DESIGNATED LOCATION. SEE SHEET 18. 2. EXISTING ELECTRICAL UNDERGROUND STREET LIGHT CIRCUIT SCHEDULED FOR REMOVAL. FIELD LOCATE, INTERCEPT, AND REMOVE TO SOURCE OF SUPPLY. INCLUDE IN REMOVAL EXISTING PULL BOXES, AS APPLICABLE. 3. EXISTING SCE TRANSFORMER SCHEDULED TO REMAIN. VERIFY IN FIELD. 4. REMOVE AND SALVAGE EXISTING RECEPTACLE. DISCONNECT AND DEMOLISH EXISTING BRANCH CIRCUIT BACK TO SOURCE OF SUPPLY. SCALE: EXISTING ELECTRICAL SITE PLAN - WEST 1"-0" = 30'-0" SCALE: EXISTING ELECTRICAL SITE PLAN - EAST 1"-0" = 30'-0" MA T C H L I N E . C O N T I N U A T I O N B E L O W . MA T C H L I N E . C O N T I N U A T I O N A B O V E . THE LOCATION OF EXISTING ABOVE GRADE AND UNDERGROUND ELECTRICAL FACILITIES WITHIN THE JOBSITE ARE APPROXIMATE AND HAVE BEEN BASED ON LIMITED FIELD OBSERVATIONS, VERBAL DESCRIPTIONS PROVIDED BY THE FACILITY OWNER AND/OR VARIOUS AGENCIES INVOLVED, AS WELL AS AS-BUILT ELECTRICAL RECORDS. NO SUBSURFACE EXPLORATION FOR EXISTING UNDERGROUND ELECTRICAL FACILITIES HAS BEEN CONDUCTED FOR THIS WORK. THE FACILITY OWNER AND ENGINEER DO NOT GUARANTEE THE ACCURACY OR COMPLETENESS OF THIS INFORMATION, AND IT IS UNDERSTOOD THAT THERE MAY BE ABOVE GROUND OR UNDERGROUND ELECTRICAL FACILITIES THAT ARE NOT SHOWN ON THE PLANS AND MAY BE ENCOUNTERED DURING THE COURSE OF WORK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THE LOCATION AND DEPTH OF EXISTING UNDERGROUND ELECTRICAL FACILITIES WHICH MAY AFFECT OR BE EFFECTED BY THE CONTRACTOR'S WORK. - PRIOR TO COMMENCEMENT OF CONSTRUCTION THE CONTRACTOR SHALL POTHOLE THE EXISTING ELECTRICAL CONDUITS TO DETERMINE THE EXISTING HORIZONTAL AND VERTICAL LOCATIONS. POTHOLE RESULTS SHALL BE DELIVERED TO THE ENGINEER OF RECORD FOR EVALUATION. PROVIDE THREE (3) WORKING DAYS TO EVALUATE THIS INFORMATION AT NO COST TO THE OWNER. - EXISTING UNDERGROUND ELECTRICAL, INCLUDING BUT NOT LIMITED TO ELECTRICAL SERVICE, DISTRIBUTION, TELEPHONE, AND CABLE TELEVISION SHALL BE MAINTAINED, RELOCATED, REROUTED, REMOVED, AND/OR RESTORED BY THE CONTRACTOR AT CONTRACTOR'S EXPENSE, WITH THE LEAST POSSIBLE INTERFERENCE WITH THESE SERVICES. EXISTING ELECTRICAL UTILITIES AND STRUCTURES 252 (EXN) 7/9 (EXN) 7/9 (EXN) 7/9 (EXN) 7/9 (EXN) 7/9 (EXN) 7/9 (N) S1 7/9 9 12 1414 MSP- 7/9 161810MSP-11 18 17 10 17 1816 MSP-12 17 3 SHT 20 8 15 8444 4 3 SHT 2015 8 3 SHT 20 3 SHT 2015 MSP-4,8 10 10 180 11 MSP-11,1211 14 4 15 8 12 4 3TYP2 8TYP7 (N) S1 7/9 3 (EXN) 3/5 (EXN) 3/5 (EXN) 3/5 (EXN) 3/5 (EXN) 3/5 (EXN) 3/5 (EXN) 3/5 (EXN) 3/5 8 TYP 8 810 9 12 3 SHT 20 15 3 SHT 20 3 SHT 20 15 1,2 SHT 2013 14 2 2 2 1618MSP-11 1718 MSP-2 17 "MSP" 16 18 10 MSP-3/5, 11 17 MSP-6,10 6 6 F01 6 18 5 6 3 SHT 20 6 15 15 1 10 10 10 10 3 SHT 2015 10 ' - 1 116 " 2TYP 2TYP 7 7 TYP TYP 11 MSP-11 19 F01 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P ORATED J U L Y 1 1983 HIGH STREET 42 24-ML-11112 MPK 24-01 C009EXPIRES: 12.31.2024GECE# 2414 2529 PROFESSIONAL PKWY SUITE A - P.O. BOX #368 SANTA MARIA, CA 93455 P. 805-361-0525 E.INFO@GECECORP.COM WWW.GECECORP.COM DRAWINGS, SPECIFICATIONS, AND OTHER DOCUMENTS, INCLUDING THOSE IN ELECTRONIC FORM, PREPARED BY GRAY ELECTRICAL CONSULTING + ENGINEERING, CORP ARE THE INSTRUMENTS OF SERVICE FOR USE SOLELY WITH RESPECT TO THIS PROJECT UNLESS OTHERWISE AUTHORIZED IN WRITING. GRAY ELECTRICAL CONSULTING + ENGINEERING, CORP SHALL BE DEEMED THE AUTHOR AND OWNER OF THE INSTRUMENTS OF SERVICE AND SHALL RETAIN ALL COMMON LAW, STATUTORY AND OTHER RESERVED RIGHTS, INCLUDING COPYRIGHTS. ELECTRICAL IMPROVEMENTS NEW ELECTRICAL 18 SITE PLAN #REFERENCE NOTES GENERAL NOTES: - ELECTRICAL CIRCUITS SHALL RUN WITHIN RIGHT OF WAY WHERE FEASIBLE (TYP. SHEET SPECIFIC NOTES: 1. NEW IRRIGATION CONTROLLER(PER LANDSCAPE DRAWINGS). PROVIDE LINE VOLTAGE CONNECTION FROM CITY OWNED METER PEDESTAL. 2. RELOCATED STREET LIGHT. 3. NEW CITY STREET LIGHT STANDARD. MATCH EXISTING. 4. CONNECT TO EXISTING SPARE COMMUNICATIONS CONDUIT IN AREA. COORDINATE ON SITE. 5. EXISTING SCE 50 KVA PAD MOUNTED TRANSFORMER WITH PROPOSED NEW SECONDARY SERVICE TO NEW METER PEDESTAL. SEE NOTE #13, THIS SHEET. 6. INSTALL NEW 3" CONDUIT ACROSS HIGH STREET. CONTRACTOR SHALL USA TO ENSURE NO CONFLICT WITH EXISTING CONDUIT IN AREA. EXTEND CONDUIT TO WITHIN 12" OF EXISTING TRANSFORMER. SEE SCE FINAL DESIGN. 7. INSTALL 1-1" (SCH 40 PVC) C. WITH POWER CONDUCTORS FOR SEASONAL RECEPTACLES (SEE NOTE #15, THIS SHEET) TO METER CABINET. 8. 11" X 17" FLUSH IN GRADE CONCRETE QUAZITE LIGHTING PULL BOX, STAMP LID "ELECTRICAL". 9. INSTALL 2-2" (SCH 40 PVC) C.O. SPARE FOR CITY OWNED COMMUNICATIONS. INSTALL WITHIN CITY R/W WHERE FEASIBLE. 10. INSTALL 1-1" (SCH 40 PVC) C. WITH LINE VOLTAGE STREET LIGHT, POWER, AND RRFB CONTROL CONDUCTORS WHERE OCCURRING FROM STREET LIGHT PULL BOX TO LUMINAIRE BASE. TYPICAL. 11. INSTALL 1-2" (SCH 40 PVC) C. WITH STREET LIGHT AND RRFB BRANCH CIRCUIT CONDUCTORS FROM STREET LIGHT PULL BOX TO METER CABINET. TYPICAL. 12. INSTALL FLUSH IN GRADE VAULT, 48" X 30" X 24". STAMP LID "COMMUNICATIONS". 13. NEW METER SERVICE PEDESTAL "MSP" PER DETAIL 6, SHEET 19 AND DETAIL 1, SHEET 20, WITH SERVICE FROM SCE. 14. 1-2" (SCH 40 PVC) C.O. SPARE. 15. SEASONAL RECEPTACLE PEDESTAL. LOCATED AT BASE OF TREE IN COORDINATION WITH PLANTING PLAN. 16. RRFB CROSSWALK LOCATED AT LIGHT POLE AS PER CIVIL PLANS. PROVIDE DEDICATED 120A POWER TO CONTROLLER. 17. INSTALL 146153-300 CABLE, BULK, 6C 18AWG, OUTDOOR/BURIAL RATED, ICEA E2 COLOR, IN CONDUIT BETWEEN RRFB AND PUSH BUTTON CONTROL. INSTALL CABLE CONNECTION AND TERMINATE AS PER MANUFACTURER REQUIREMENTS. SEE NOTES #16 AND #18, THIS SHEET. 18. RRFB PUSH BUTTON ASSEMBLY LOCATED AT LIGHT POLE AS PER CIVIL PLANS. 19. NEW 17" X 30" X 24" PULL BOX BY SCE. REFER TO SCE DESIGN PACKAGE. SCALE: NEW ELECTRICAL SITE PLAN - WEST 1"-0" = 30'-0" SCALE: NEW ELECTRICAL SITE PLAN - EAST 1"-0" = 30'-0" MA T C H L I N E . C O N T I N U A T I O N B E L O W . MA T C H L I N E . C O N T I N U A T I O N A B O V E . 253 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P ORATED J U L Y 1 1983 HIGH STREET 42 24-ML-11112 MPK 24-01 C009EXPIRES: 12.31.2024GECE# 2414 2529 PROFESSIONAL PKWY SUITE A - P.O. BOX #368 SANTA MARIA, CA 93455 P. 805-361-0525 E.INFO@GECECORP.COM WWW.GECECORP.COM DRAWINGS, SPECIFICATIONS, AND OTHER DOCUMENTS, INCLUDING THOSE IN ELECTRONIC FORM, PREPARED BY GRAY ELECTRICAL CONSULTING + ENGINEERING, CORP ARE THE INSTRUMENTS OF SERVICE FOR USE SOLELY WITH RESPECT TO THIS PROJECT UNLESS OTHERWISE AUTHORIZED IN WRITING. GRAY ELECTRICAL CONSULTING + ENGINEERING, CORP SHALL BE DEEMED THE AUTHOR AND OWNER OF THE INSTRUMENTS OF SERVICE AND SHALL RETAIN ALL COMMON LAW, STATUTORY AND OTHER RESERVED RIGHTS, INCLUDING COPYRIGHTS. ELECTRICAL IMPROVEMENTS ELECTRICAL DETAILS 19 CONDUIT LEGEND "BC" LINE VOLTAGE BRANCH CIRCUIT (I.E. POWER / LIGHTING) GENERAL NOTES: 1. THE CONTRACTOR IS RESPONSIBLE FOR CONTACTING UNDERGROUND ALERT (USA) PRIOR TO DIGGING / EXCAVATING TO LOCATE EXISTING UTILITIES IN PROXIMITY. 2. CONSULT CEC TABLE 300.5 FOR MINIMUM COVER REQUIREMENTS WHERE INSTALLATION. SPECIFICALLY WHERE CONDUIT IS INSTALLED UNDER STREETS, ROADWAYS,DRIVEWAYS AND PARKING AREAS. FINISHED GRADE NATIVE BACKFILL WARNING TAPE ROCK FREE BACKFILL BC BC 4" 24 " M I N CO N S U L T C E C T A B L E 3 0 0 . 5 2" MIN TYP. 18 " M I N 12 " M I N 24" MIN NOTE: CONTRACTOR SHALL APPLY BOX STYLE DEFINED PER EITHER "A" OR "B" AS APPLICABLE FOR PULL BOX LOCATION. TOP VIEW A - SIDE VIEW LI G H T I N G CONCRETE PULL BOX COVER, APPROX. 1-3/4" THICK WITH INTERNAL WELDED WIRE REINFORCEMENT. STAMP COVER LID AS APPROPRIATE FOR PROJECT. CONCRETE BASE, APPROX. 1-1/2" THICK WITH (1) 1" DIAMETER DRAIN HOLE IN CENTER. PULL BOX CONCRETE COVER. SEE TOP VIEW (THIS SHEET). CONDUIT ENTRANCE. APPROX. 4" W X 4-1/4" H. TYPICAL FOR FOUR SIDES AND BASE. CONCRETE RING INSTALLED ON ALL SIZES OF PULL BOX. 8" MIN (TYP) 3- 6 " COMPACTED SAND / GRAVEL. INSTALL LEVEL SUCH THAT PULL BOX IS FLUSH WITH GRADE. 8" M I N CONCRETE OR ASPHALT PAVEMENT (CONTINUATION PER SITE PLAN. SHOWN FOR REFERENCE ONLY). (1) 1" DIAMETER DRAIN HOLE IN CENTER. CONDUIT ENTRANCE. APPROX. 4" W X 4-1/4" H. TYPICAL FOR FOUR SIDES AND BASE. PULL BOX CONCRETE COVER. SEE TOP VIEW (THIS SHEET). 4" COMPACTED SAND / GRAVEL. INSTALL LEVEL SUCH THAT PULL BOX IS FLUSH WITH GRADE. INSTALLATION OPTION "A" APPLICABLE WHERE PULL BOX IS INSTALLED IN DRIVE AREAS, PARKING LOTS, AND/OR OFF-ROAD AREAS WHERE SUBJECT TO INCIDENTAL / NON - DELIBERATE VEHICULAR TRAFFIC. B - SIDE VIEW INSTALLATION OPTION "B" APPLICABLE WHERE PULL BOX IS INSTALLED IN GRASS, SOIL, AND / OR GRAVEL AREAS WHERE NOT SUBJECT TO VEHICULAR TRAFFIC. FINISHED GRADE FINISHED GRADE COMPACTED FILL AS APPROPRIATE COMPACTED FILL AS APPROPRIATE BC 2-2" SPARE CONDUIT IN TRENCH FOR FUTURE COMMUNICATIONS AS OCCURRING PER PLANS. FINISHED GRADE CONCRETE GROUND BOX, FLUSH IN GRADE. STAMP LID "GROUND". CHRISTY "G5" OR ENGINEER APPROVED EQUAL. GROUND CLAMP. BURNDY "GAR" OR ENGINEER APPROVED EQUAL. PROVIDE 6" MIN. CRUSHED ROCK BASE. 3/4" DIA. X 10' LONG COPPERWELD GROUND ROD. SEE DIVISION 26 SPECIFICATIONS. BARE COPPER GROUND ROD TO PANEL GROUND BUS OR GROUND RING AS OCCURRING PER PLANS. 4 SHEET 20 FINISHED GRADE PO L E B A S E D E P T H P E R C I V I L 30" MIN MATCH EXISTING GENERAL NOTES: 1. ANCHOR BOLTS SHALL BE PLACED IN AN ADEQUATE FOUNDATION OF CONCRETE AND RE-INFORCING MATERIAL (I.E. REBAR CAGE) AS DEEMED ACCEPTABLE BY THE CIVIL ENGINEER. 2. ANCHOR BOLTS SHALL PROTRUDE FROM THE CONCRETE IN A VERTICAL (90 DEGREES) ORIENTATION TO THE TOP OF THE POLE BASE / FOUNDATION. 3. ANCHOR BOLT SPACING / BASE PLATE SHALL BE AS PER MANUFACTURER REQUIREMENTS. 4. PROPERLY GROUND EACH LUMINAIRE. 5. ENSURE HAND HOLE COVERS, ANCHOR BASE COVERS / SHROUDS, AND ANCHOR BOLT NUT COVERS (AS APPLICABLE) ARE SECURED IN PLACE AND PROPERLY TIGHTENED. 6. REVIEW POLE BASE INSTALLATION AT ADJACENT SITE. POLE BASE SHALL MATCH EXISTING CONDITIONS AS MUCH AS PRACTICAL. FIELD VERIFY / CONSULT ENGINEER PRIOR TO INSTALLATION. DECORATIVE, STEEL LUMINAIRE POLE. HANDHOLE / COVER/ COVER BACK UP BAR. PROVIDE WITH 1/2" -13 NC TAPPED LUG AS MEANS TO ATTACH BRANCH CIRCUIT GROUND CONDUCTOR. LIGHTING BRANCH CIRCUIT CONDUIT. SEE SITE PLAN. ENSURE ADEQUATE SPACE / GROUT PACK BETWEEN THE TOP OF THE POLE BASE / FOUNDATION AND THE BOTTOM OF THE POLE BASE PLATE. AREA MUST BE VENTED WITH APPROPRIATE WEEP / DRAIN OUTLETS. BASE PLATE / ANCHOR BOLTS PER MANUFACTURER CONFIGURATION. REINFORCING REBAR CAGE PER CIVIL ENGINEER. CONCRETE POLE BASE PER CIVIL ENGINEER. RECEPTACLE PROVISION NEEDED AT TOP OF POLE FL U S H W I T H H A R D S C A P E . 2" I F L O C A T E D I N P L A N T E R HUBBELL QUAZITE CONCRETE PULL BOX. REFER TO ELECTRICAL SITE PLANS FOR SIZING INFORMATION. SCALE:NTS TYPICAL PULL BOX DETAIL4 SCALE:NTS TYPICAL LUMINAIRE POLE BASE5 SCALE:NTS TYPICAL GROUND WELL 3 SCALE:NTS TYPICAL BRANCH CIRCUIT TRENCH DETAIL2 SCALE:NTS CITY STANDARD STREET LIGHT1 BEDDING MATERIAL SCALE:NTS METER SERVICE PEDESTAL CUTSHEET6 254 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P ORATED J U L Y 1 1983 HIGH STREET 42 24-ML-11112 MPK 24-01 C009EXPIRES: 12.31.2024GECE# 2414 2529 PROFESSIONAL PKWY SUITE A - P.O. BOX #368 SANTA MARIA, CA 93455 P. 805-361-0525 E.INFO@GECECORP.COM WWW.GECECORP.COM DRAWINGS, SPECIFICATIONS, AND OTHER DOCUMENTS, INCLUDING THOSE IN ELECTRONIC FORM, PREPARED BY GRAY ELECTRICAL CONSULTING + ENGINEERING, CORP ARE THE INSTRUMENTS OF SERVICE FOR USE SOLELY WITH RESPECT TO THIS PROJECT UNLESS OTHERWISE AUTHORIZED IN WRITING. GRAY ELECTRICAL CONSULTING + ENGINEERING, CORP SHALL BE DEEMED THE AUTHOR AND OWNER OF THE INSTRUMENTS OF SERVICE AND SHALL RETAIN ALL COMMON LAW, STATUTORY AND OTHER RESERVED RIGHTS, INCLUDING COPYRIGHTS. ELECTRICAL IMPROVEMENTS ELECTRICAL DETAILS 20 23 " SERVICE CONDUIT CONCRETE FOUNDATION PER CALTRANS STANDARD PLAN ES-2E.LOAD CONDUITS (BEHIND) GROUND ROD WITH GROUND CLAMP 3/4" x 120". TWO GROUND RODS SHALL BE INSTALLED A MINIMUM OF 6' APART AS PER CEC 250.56 CONCRETE FOUNDATION PER CALTRANS STANDARD PLAN ES-2E. HINGED DEADFRONT PADLOCK BRACKET EXTENDS THROUGH DOOR FOR SECURITY HINGED EXTERIOR DOOR. MEANS PROVIDED TO HOLD DOOR IN OPEN POSITION. UTILITY TERMINATION LANDING PADLOCK BRACKET LIFT-OFF SERVICE COVER WITH HANDLE. PADLOCKABLE GRADE RECOMMENDED MOUNTING: BASE ENCLOSED IN CONCRETE. SIDE VIEW FRONT VIEW 6'-0" MIN. RECESSED GROUND BOX 6" MIN. MINIMUM 1" SLOPE BACK FRONT LINE LOAD GROUND ROD CUSTOMER SECTION SERVICE TERMINATION SECTION PEDESTAL MOUNTING HOLES ANCHOR BOLT MOUNTING HOLES NOTE: 36" MINIMUM PEDESTAL CLEARANCE TYPICAL FRONT AND BACK REQUIRED PER N. E. C. 110-16 MOUNTING BASE DETAIL: TOP VIEW 3 SHEET 4 N G M (N) 100A 2P 1 3 2 6 (N) (N) # 1. SCE APPROVED UNDERGROUND PULL SECTION. 2. SCE APPROVED METER SOCKET. CONTRACTOR SHALL COORDINATE METER SET WITH UTILITY COMPANY. 3. MAIN CIRCUIT BREAKER. RATING AS NOTED. 4. NEW IRRIGATION CONTROL TIMER. 5. NEW FREESTANDING COMMERCIAL SERVICE METERING PEDESTAL WITH NEMA 3R ENCLOSURE. PROVIDE WITH INTEGRAL TIME CONTROLS VIA T-24 ASTRONOMICAL TIME SWITCH. PROVIDE WITH MAIN CIRCUIT BREAKER AND STANDARD (NON SWITCHED) BRANCH CIRCUIT BREAKER PANEL. SEE PANEL SCHEDULE FOR CONFIGURATION AND QUANTITY OF CIRCUIT BREAKERS. OBTAIN UTILITY COMPANY APPROVAL PRIOR TO PROCUREMENT. 6. NEW CONCRETE PAD INSTALLED BY GENERAL CONTRACTOR. PROVIDE A MINIMUM 3" OFFSET ON ALL SIDES. WORKING CLEARANCE SHALL BE MAINTAINED AT ACCESS PER CEC AND UTILITY COMPANY REQUIREMENTS. 7. REFER TO PANEL SCHEDULE FOR QUANTITY AND AMPACITY RATING OF BRANCH CIRCUIT BREAKERS. DETAIL 2 REFERENCE NOTES 5 TYPICAL METER PEDESTAL "MSP" 100A, 120/240V, 1-PHASE, 3W, NEMA 3R 7 1,4 THIS SHEETF01 (N) 20A 1P TIMER T-1 4 IRRIGATION CONTROLTIMER FROM SCE TRANSFORMER STAINLESS STEEL LOCKABLE COVER RECEPTACLE PEDESTAL WITH 20A, GFCI RECEPTACLE, SINGLE GANG AND VERTICAL MOUNTED INTEGRAL TO PEDESTAL. #1P18-SS-V BY PEDOC OR APPROVED EQUAL. POWER CONTROLLED ON/OFF VIA LIGHTING CONTROLS. SEE DETAIL 2, THIS SHEET. CONCRETE BASE TO BE 12"Rx12"D WITH 3" ABOVE GRADE. 2500PSI CONCRETE CONDUIT AND WIRES, SEE PLANS. ELECTRICAL SERVICE FULL LENGTH NEUTRAL BUS. ELECTRICAL SERVICE FULL LENGTH GROUND BUS. #6 CU BONDING JUMPER INSTALLED PER CEC TABLE 250.66. #4 CU GROUND TO "CONCRETE ENCASED ELECTRODE" GROUND SIZED PER CEC 250.52. #6 CU GROUND TO "GROUND ROD" SIZED PER CEC 250.66. GENERAL NOTES - GROUNDING SHALL BE IN ACCORDANCE TO THE CEC, ARTICLE 250. - GROUNDING ELECTRODES PRESENT SHALL BE BONDED TOGETHER TO FORM A COMPLETE GROUNDING ELECTRODE SYSTEM. WHERE GROUNDING ELECTRODES IDENTIFIED IN THIS DETAIL AND CEC 250.52 ARE NOT PRESENT, PROVIDE ONE OR MORE CONNECTIONS TO THE ELECTRODE IDENTIFIED / PRESENT. - CONSULT CEC ARTICLE 250 FOR GROUND RINGS, OTHER LISTED ELECTRODES, AND PLATE ELECTRODES NOT SHOWN IN THISDETAIL. - GROUNDING CONDUCTORS SIZED PER CEC TABLE 250.66 SHALL BE COORDINATED WITH THE UTILITY INSTALLED SECONDARY SERVICE CONDUCTOR SPECIFICATION PRIOR TO INSTALLATION. S G T C CONDUIT LEGEND "G" GAS "T" TELEPHONE "C" CABLE TELEVISION "S" ELECTRIC SECONDARY GENERAL NOTES: 1. DETAIL IS PROVIDED FOR REFERENCE ONLY. CONSULT UTILITY COMPANY HANDOUT PACKAGE FOR FINAL FIELD DIRECTIVE. 2. THE CONTRACTOR IS RESPONSIBLE FOR CONTACTING PG&E UNDERGROUND SERVICE ALERT (USA) PRIOR TO DIGGING / EXCAVATING TO LOCATE EXISTING UTILITIES IN PROXIMITY.BEDDING MATERIAL ROCK FREE BACKFILL WARNING TAPE NATIVE BACKFILL FINISHED GRADE PANEL SCHEDULE NOTES PANEL SCHEDULE LOAD TYPE INDEX: "C" = CONTINUOUS LOAD. OPERABLE FOR 3 HOURS OR MORE. LOAD CALCULATED AT 125% OF TOTAL CONNECTED LOAD. "K" = KITCHEN APPLIANCE LOAD. SUBJECT TO 75% DEMAND FACTOR PER NEC 220.53 IF GREATER THAN/EQUAL TO FOUR APPLIANCES. "M"= MECHANICAL LOAD. NO DEMAND FACTOR APPLIED. "R" = RECEPTACLE LOAD. "G"= GENERAL LOAD. GENERAL NOTES: - VOLTAGE DROP CALCULATIONS HAVE BEEN PREPARED IN ACCORDANCE TO 2022 CALIFORNIA ENERGY CODE STANDARDS (TITLE 24, ELECTRICAL POWER DISTRIBUTION). CONDUCTOR LENGTH INDICATED SHALL NOT BE USED FOR BIDDING AND PROCUREMENT PURPOSES. FIELD COORDINATE CONDUCTOR LENGTH REQUIRED AND NOTIFY ENGINEER OF RECORD OF ANY DISCREPANCIES. - FOR CIRCUITS WITH MULTIPLE LOADS (I.E. RECEPTACLES, LIGHTING) THE CIRCUIT ESTIMATED LENGTH IS DETERMINED BY THE FURTHEST DEVICE LOCATION. - WHERE BRANCH CIRCUITS HAVE NOT BEEN LOADED TO THE MAXIMUM ALLOWABLE CIRCUIT CAPACITY, VOLTAGE DROP CALCULATIONS HAVE BEEN BASED ON CONNECTED LOAD INDICATED, UNLESS OTHERWISE NOTED. - THE IDENTIFICATION OF EVERY CIRCUIT OF A PANELBOARD AND SWITCHBOARD SHALL BE LEGIBLY IDENTIFIED AS TO ITS CLEAR, EVIDENT AND SPECIFIC PURPOSE OR USE AND SHALL INCLUDE SUFFICIENT DETAIL TO ALLOW EACH CIRCUIT TO BE DISTINGUISHED FROM ALL OTHERS (CEC 408.4). VOLTAGE DROP CALCULATION: VOLTAGE DROP (%) = (2 x OHMS PER 1000 LF x CONDUCTOR LENGTH x AMPS) / (1000 x QTY OF WIRES PER PHASE) SCHEDULE SPECIFIC NOTES: 1. PROVIDE TIME CONTROL FOR BRANCH CIRCUIT AS PER OWNER DIRECTION INTEGRAL TO METER PEDESTAL. 2. PROVIDE WITH TIME CONTROLS FOR DUSK TO DAWN OPERATION. 6.3" GROUND STUD LOCATED INSIDE PEDESTAL AS PER FACTORY. HINGE TOP COVER. LIFT FOR ACCESS TO SINGLE GANG DEVICE MOUNTING PLATE. LOCKING HOLE.PEDESTAL BODY. FINISH GRADE DO NOT FILL CONCRETE BELOW THIS LINE 7. 5 " 24 " B E L O W G R A D E 8" DIAM. INTEGRAL BASE. 10" MIN. 18 " A F G SCALE:NTS TYPICAL SEASONAL RECEPTACLE PEDESTAL3 SCALE:NTS GROUND BOND DETAIL AT "MSP"4 SCALE:NTS TYPICAL SECONDARY TRENCH DETAIL5 SCALE:NTS SINGLE LINE DIAGRAM - "MSP"2 SCALE:NTS METER SERVICE PEDESTAL DETAIL "MSP"1 SECURE PEDESTAL TO BASE USING (4) MANUFACTURER SUPPLIED ANCHOR BOLTS. 255 CT A A A 4 5 6 213 897 T T RRTR TR T R LIMIT OF WORK AT PL(NOT A PART)LIMIT OF WORK AT PL(NOT A PART)(NOT A PART) LIM I T O F W O R K A T P L LIMIT OF WORK AT PL RESIDENTIAL COMMERCIAL COMMERCIALRESIDENTIALRESIDENTIALCOMMERCIAL FITNESS RESIDENTLOUNGE MAIL CO-WORKINGRESIDENTIALRESIDENTIALRESIDENTIAL COMMERCIAL RESIDENTIAL BUILDING B BUILDING B RESIDENTIAL BUILDING A COMMERCIALCOMMERCIAL RESIDENTIALPR O P E R T Y L I N E LOBBY RESIDENTIAL WA L N U T WA L N UT ST . ST . HIGH ST. HIGH ST.HIGH ST. WA L N U T ST . HIGH ST. T T T R T R T R LIMIT OF WORK AT PL LIMIT OF WORK AT PL(NOT A PART)(NOT A PART) BUILDING F COMMERCIAL COMMERCIAL BA R D ST . HIGHST.HIGH ST. BA R D ST . HIGH ST. R 1. CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND CONDITIONS PRIOR TO THE START OF CONSTRUCTION. CONTRACTOR SHALL NOTIFY THE OWNER'S REPRESENTATIVE OF ANY DISCREPANCIES. 2. CONTRACTOR SHALL VERIFY LOCATION OF ALL UTILITIES PRIOR TO CONSTRUCTION AND SHALL BE HELD LIABLE FOR ALL DAMAGE INCURRED DURING CONSTRUCTION. 3. CONTRACTOR SHALL COORDINATE THE INSTALLATION OF ALL SLEEVES AS INDICATED ON THE IRRIGATION PLANS WITH PAVING CONTRACTOR. 4. REFER TO SPECIFICATIONS FOR ACCEPTED STANDARDS OF MATERIALS AND WORKMANSHIP. 5. ALL FORMS AND ALIGNMENT OF HARDSCAPE ITEMS SHALL BE INSPECTED AND APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO POURING. (CONTRACTOR SHALL NOTIFY LANDSCAPE ARCHITECT A MINIMUM OF 48 HOURS PRIOR TO THE INSPECTION.) 6. CONTRACTOR SHALL NOT WILLFULLY PROCEED WITH CONSTRUCTION AND/OR GRADE DIFFERENCES WHEN IT IS OBVIOUS THAT UNKNOWN OBSTRUCTIONS AND/OR GRADE DIFFERENCES EXIST THAT MAY NOT HAVE BEEN KNOWN DURING DESIGN. SUCH CONDITIONS SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE OWNER'S AUTHORIZED REPRESENTATIVE. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ALL NECESSARY REVISIONS DUE TO FAILURE TO GIVE SUCH NOTIFICATIONS. 7. THE LOCATION OF FEATURES TO BE CONSTRUCTED, NOT SPECIFICALLY DIMENSIONED, MAY BE DETERMINED BY SCALE. VERIFY ALL SUCH CONDITIONS WITH OWNER'S NOTIFICATION. 8. ALL CURVE-TO-CURVE AND CURVE-TO-TANGENT LINES SHALL BE NEAT, TRIM, SMOOTH, AND UNIFORM. 9. ALL CONSTRUCTION AND INSTALLATION OF LANDSCAPE ITEMS SHALL BE PER LOCAL CODES AND ORDINANCES. 10. CONTRACTOR SHALL FULLY GUARANTEE ALL WORK FOR A ONE-YEAR PERIOD FROM OWNER'S ACCEPTANCE OF WORK. 11. CONTRACTOR SHALL BE RESPONSIBLE FOR WEED ABATEMENT AS RECOMMENDED BY A LICENSED PEST CONTROL OPERATOR DURING THE CONTRACTOR'S MAINTENANCE PERIOD. 12. CONTRACTOR SHALL OBTAIN A CURRENT AGRONOMIC SOILS REPORT. THIS SOILS REPORT SHALL SUPERSEDE THE RECOMMENDATIONS AND DETAILS SHOWN ON THESE PLANS. 13. THE LANDSCAPE CONTRACTOR IS TO ENSURE THAT IRRIGATION AND DRAIN LINES ARE LOCATED AND INSTALLED SO THAT THE MATERIALS SHOWN ON THE PLANTING PLANS CAN BE ACCOMMODATED. 14. THE CONTRACTOR SHALL VERIFY ALL MEASUREMENTS AND SHALL BE RESPONSIBLE FOR THE PROPER INSTALLATION REFERENCED IN THE PLANS AND SPECIFICATIONS. ANY CONSTRUCTION NOT MEETING THE APPROVAL OF THE OWNER OR THE LANDSCAPE ARCHITECT SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE WITH ACCEPTABLE CONSTRUCTION. 15. ALL DIMENSIONS SHALL BE VERIFIED AGAINST EXISTING CONDITIONS AND ANY DISCREPANCIES REPORTED TO THE OWNER'S REPRESENTATIVE. CALIFORNIA STATE LAW SAYS YOU MUST CALL BEFORE YOU DIG. GOVERNMENT CODE SECTION4216-42169 STATES THAT "EXCAVATION": GRADING, TRENCHING, DIGGING, DITCHING, DRILLING, AUGURING,TUNNELING, SCAPING, CABLE OR PIPE PLOWING, DRIVING, FOUNDATION DIGGING, LANDSCAPE DIGGINGPLUMBING, FENCE POST OR ANY OTHER WAY. OUR PERMIT FOR DIGGING WILL NOT BE VALID WITHOUT ADIG ALERT TICKET NUMBER AND NOTIFICATION THAT THE MARKOUT HAS BE COMPLETED. THERE IS ALSOA 14-DAY WINDOW (SECTION 4216.(E)) IN WHICH YOU MUST COMPLETE THE PROPOSED DIGGING. IF YOUWILL NEED ADDITIONAL TIME BEYOND THE 14 DAYS. IT IS YOUR RESPONSIBILITY TO RECALL DIG ALERT.DIG ALERT TOLL-FREE NUMBER IS 1.800.227.2600 IRRIGATION WATER SOURCE: ALL IRRIGATION WATER WILL BE FROM A DOMESTIC SOURCE ONLY. NO RECLAIMED WATER PROPOSED. LANDSCAPE ARCHITECTURE DRAWINGS FOR: MOORPARK, CA 93021 HIGH STREET IMPROVEMENT PLAN NOTE: ABBREVIATIONS: NOTES SHEET INDEX DIG ALERT: GENERAL NOTES: SITE MAP VICINITY MAP PROJECT DIRECTORY GOVERNING AGENCIES N.T.S. COVER SHEET CONSTRUCTION NOTES & PAVING SCHEDULE LANDSCAPE CUTSHEETS LANDSCAPE CONSTRUCTION PLANS LANDSCAPE CONSTRUCTION DETAILS CONSTRUCTION SPECIFICATIONS IRRIGATION PLANS IRRIGATION DETAILS IRRIGATION SCHEDULES IRRIGATION SPECIFICATIONS ARBORIST REPORT TREE & SHRUB PLANTING PLAN PLANTING DETAILS PLANTING SPECIFICATIONS 21 22 23 24 thru 26 27 28 29 thru 31 32- 34 34- 35 35 thru 36 37 38 thru 40 41 42 ARCHITECT BACK of WALK BOTTOM of STEPS CATCH BASIN CURB FACE COLD JOINT CENTERLINE CONCRETE MASONRY UNIT CLEAN OUT COMPACTED CONCRETE CONTINUOUS DIAMETER EACH EXPANSION JOINT FACE of BUILDING FACE of WALL FINISH FLOOR ELEVATION FINISH GRADE FLOW LINE FINISH SURFACE FOOTING GROUND COVER HORIZONTAL HIGH POINT INSIDE DIAMETER INVERT (ELEVATION) LANDSCAPE ARCHITECT LIMIT of WORK LOW POINT MAXIMUM MINIMUM NOT in CONTRACT NOT to SCALE ON CENTER PLANTING AREA PERFORATED POINT of CONNECTION PROPERTY LINE RADIUS REINFORCING BAR SIMILAR SEE ARCHITECT DRAWING SEE CIVIL DRAWING SEE ELECTRICAL DRAWING SEE INTERIOR DESIGN DRAWING SCORE LINE SEE MATERIAL BOARD SEE MECHANICAL DRAWING SEE PLAN SEE PLUMBING DRAWING SEE PAVING SCHEDULE SQUARE SEE STRUCTURAL DRAWING SEE WATERPROOF DRAWING ARCH. BOW BS CB CF CJ CL CMU CO COMP. CONC. CONT. DIA. EA. EJ FOB FOW FFE FG FL FS FTG GC HORIZ. HP ID INV. LA LOW LP MAX. MIN. NIC NTS OC PA PERF. POC PL R. REBAR SIM. SAD SCD SED SIDD SL SMB SMD SP SPD SPS SQ. SSD SWD TOP of CURB TOP of GRATE TOP of STEPS TOP of WALL VERTICAL WITH WITHOUT WELDED WIRE MESH TC TG TS TW VERT. W/ W/O WWM PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 KEY MAP N.T.S. HIGH ST. MO O R P A R K A V E . LICENSE D L A ND SCAPE A R C H I T E C TSignature M A RKA L A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N I A12-10-24 24-ML-11112 MOORPARK COMMUNITY DEVELOPMENT DEPARTMENT 799 MOORPARK AVE. MOORPARK, CA 93021 PH: (805) 517 - 6251 MOORPARK PUBLIC WORKS DEPARTMENT 799 MOORPARK AVE. MOORPARK, CA 93021 PH: (805) 517 - 6200 MOORPARK PARKS, RECREATION, & COMMUNITY SERVICES 799 MOORPARK AVE. MOORPARK, CA 93021 PH: (805) 517 - 6385 VENTURA COUNTY WATERWORKS DISTRICT NO. 1 6767 SPRING ROAD MOORPARK, CA 93021 PH: (805) 378 - 3005 NORTH N.T.S. HIGH ST.MO O R P A R K AV E . POINDEXTER AVE. CHARLES ST. PROJECT LOCATION DOROTHY AVE.1ST ST. WA L N U T ST . BA R D S T . METRO LINK PARKING LOT METROLINK RAIL PR O P E R T Y L I N E 21 COVER SHEET SHEETS: 24 29 38 SHEETS: 24 29 38 SHEETS: 25 30 39 SHEETS: 25 30 39 SHEETS: 24 29 38 HIGH ST.HIGH ST.HIGH ST. HIGH ST.HIGH ST. SE E A B O V E R I G H T TREE PROTECTION NOTE: HAND TRENCHING WITHIN DRIP LINES OF EXISTING TREES, NO ROOTS GREATER THAN 4" DIAMETER SHALL BE CUT WITHOUT ARBORIST APPROVAL, TREE PROTECTION FENCING, ETC. SHEETS: 26 31 40 SHEETS: 26 31 40 BA R D S T . WA L N U T ST . HIGH ST. 799 MOORPARK AVE. MOORPARK, CA 93021 PH: (805) 517 - 6200 CITY OF MOORPARK OWNER: GRAY ELECTRICAL CONSULTING + ENGINEERING, CORP 2529 PROFESSIONAL PARKWAY, SUITE A SANTA MARIA, CA 93456 PH: (805) 361 - 0525 CONTACT: HEATHER GRAY ELECTRICAL ENGINEER: VENTURA COUNTY FIRE DEPARTMENT'S 2400 CONEJO SPECTRUM STREET, THOUSAND OAKS, CA 91320 PH: (805) 389 - 9710 VENTURA COUNTY WATERSHED 800 S VICTORIA AVE, VENTURA, CA 93009 PH: (805) 654 - 2069 200 E CARRILLO ST. ,SUITE 101 SANTA BARBARA, CA 93101 PH: (805) 770 - 0205 CONTACT: DEREK RAPP STANTEC CIVIL: HIGH STREETLANDSCAPE & IRRIGATION PLAN 323 SCIENCE DRIVE 256 PAVING SCHEDULECONSTRUCTION / GENERAL LANDSCAPE NOTES COMMENTSCOLOR / FINISHMANUFACTURERSYMBOL ITEM A PAVING SCHEDULE PEDESTRIAN CONCRETE PAVING (PER CIVIL) IMAGE B LIST OF INSPECTIONS THE CONTRACTOR SHALL CONTACT THE OWNER'S REPRESENTATIVE 48 HOURS IN ADVANCE OF, AND COORDINATE, THE FOLLOWING INSPECTIONS (BUT NOT LIMITED TO): 1. PRE-JOB CONFERENCE. 2. AT COMPLETION OF FINISH GRADING. 3. LAYOUT OF SHOVEL CUTS BUT PRIOR TO INSTALLATION. 4. LAYOUT OF PAVING BUT PRIOR TO INSTALLATION. 5. LAYOUT OF WALLS AND PILASTERS BUT PRIOR TO INSTALLATION. 6. DURING ENTIRE IRRIGATION INSTALLATION TO VERIFY AND INSPECT THE FOLLOWING (BUT NOT LIMITED TO): a. POINT OF CONNECTIONS b. BACKFLOW PREVENTION DEVICES c. TRENCHING FOR PIPES d. ELECTRICAL CONNECTIONS e. CONTROL VALVES f. COVERAGE 7. AT DELIVERY OF ALL PLANT MATERIALS TO THE SITE. 8. WHEN TREES AND SHRUBS ARE SPACED FOR PLANTING BUT BEFORE HOLES ARE EXCAVATED. 9. AT PRE-MAINTENANCE INSPECTION. 10. AT FINAL INSPECTION. PAVING NOTES 1. ALL CONCRETE PAVING SECTIONS SHALL BE A MINIMUM OF 3 ½" THICK UNLESS OTHERWISE NOTED. 2. PAVING AND CONCRETE CONTRACTOR(S) SHALL COORDINATE HIS WORK WITH ELECTRICIAN, DRAIN LINE CONTRACTOR AND IRRIGATION CONTRACTOR FOR SLEEVING, PIPING, AND CONDUIT UNDER ALL PAVING AS REQUIRED. 3. THE CONTRACTOR SHALL HOLD FINISH GRADE (1") INCH BELOW FINISH SURFACE. 4. THE CONTRACTOR SHALL SLOPE ALL FINISH SURFACE AREAS A MINIMUM OF ONE PERCENT. UNLESS NOTED OTHERWISE. 5. ALL WALKS SHALL HAVE CROSS FALL OF ONE PERCENT MINIMUM. 6. REFER TO PAVING SCHEDULE FOR CONCRETE FINISH. 7. ALL WALK INTERSECTIONS SHALL BE 90 DEGREES UNLESS NOTED OTHERWISE. 8. ALL RADII AT WALK INTERSECTIONS SHALL BE 36" UNLESS NOTED OTHERWISE. 9. FULL DEPTH EXPANSION JOINTS ARE TO BE SPACED AT MAXIMUM 20' O.C., SCORE LINES TO BE MAXIMUM 10' O.C. 10. ALL FORMS AND ALIGNMENT OF PAVING SHALL BE INSPECTED AND CONTRACTOR SHALL NOTIFY LANDSCAPE ARCHITECT A MINIMUM OF 48 HOURS PRIOR TO INSPECTION. 11. REFER TO PRECISE GRADING PLAN FOR FINISH GRADES AND DRAINAGE. CONSTRUCTION NOTES 1. CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND CONDITIONS PRIOR TO THE START OF CONSTRUCTION. CONTRACTOR SHALL NOTIFY THE OWNER'S REPRESENTATIVE OF ANY DISCREPANCIES. 2. CONTRACTOR SHALL NOT WILFULLY PROCEED WITH CONSTRUCTION WHEN IT IS OBVIOUS THAT UNKNOWN OBSTRUCTIONS AND / OR GRADE DIFFERENCES EXIST THAT MAY NOT HAVE BEEN KNOWN DURING DESIGN. SUCH CONDITIONS SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE OWNER'S AUTHORIZED REPRESENTATIVE. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ALL NECESSARY REVISIONS DUE TO FAILURE TO GIVE SUCH NOTIFICATIONS. 3. THE LOCATION OF FEATURES TO BE CONSTRUCTED, NOT SPECIFICALLY DIMENSIONED MAY BE DETERMINED BY SCALE. VERIFY ALL SUCH CONDITIONS WITH OWNER'S REPRESENTATIVE. 4. ALL CURVE-TO-CURVE AND CURVE-TO-TANGENT LINES SHALL BE NEAT, TRIM, SMOOTH, AND UNIFORM. 5. CONTRACTOR SHALL COORDINATE THE INSTALLATION OF ALL SLEEVES AS INDICATED ON THE IRRIGATION PLANS WITH PAVING CONTRACTOR. 6. ALL FORMS AND ALIGNMENT OF HARDSCAPE ITEMS SHALL BE INSPECTED AND APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO POURING. (CONTRACTOR SHALL NOTIFY LANDSCAPE ARCHITECT A MINIMUM OF 48 HOURS PRIOR TO THE INSPECTION.) MASONRY WALL NOTES 1. THE CONTRACTOR SHALL GROUT ALL CELLS WITH STEEL REINFORCING SOLID. IF RETAINING SOIL GROUT ALL CELLS SOLID. 2. THE CONTRACTOR SHALL CONSTRUCT WALLS PLUMB AND TRUE, STEP FOOTINGS IN EVEN BLOCK INCREMENTS. 3. THE CONTRACTOR SHALL ALLOW FOR ADJOINING CONSTRUCTION. 4. ALL FOOTINGS SHALL BE POURED ON UNDISTURBED NATURAL SOIL. ON COMPACTED FILL. 5. ALL FREESTANDING WALLS SHALL HAVE A MINIMUM OF 40 BAR DIAMETERS OVERLAP AT SPLICES. ALL RETAINING WALL SPLICES SHALL BE A MINIMUM OF 48 BAR DIAMETERS. 6. DOWELS SHALL BE AT LEAST EQUAL IN SIZE AND SPACING TO VERTICAL BARS UNLESS OTHERWISE NOTED. PAVER NOTES: PAVER LAYOUT SHALL BE DETERMINED BY LIMITING THE AMOUNT OF CUTS MADE TO THE LONG SIDE OF THE PAVER, IN ORDER TO MINIMIZE "SLIVER" PIECES. PAVER SHALL BE CLEAN AND FREE FROM FOREIGN MATERIALS BEFORE INSTALLATION. INSTALLATION SHOULD START FROM A CORNER OR STRAIGHT EDGE AND PROCEED FORWARD OVER THE UNDISTURBED SAND LAYING COURSE. PAVING WORK SHALL BE PLUMB, LEVEL, AND TRUE TO LINE GRADE; SHALL BE INSTALLED PROPERLY, COINCIDE AND ALIGN, WITH ADJACENT WORK AND ELEVATIONS. PAVING STONES SHOULD BE INSTALLED HAND TIGHT ON THE UNDISTURBED SAND LAYING COURSE. STRING LINES SHOULD BE USED TO HOLD PATTERN LINES TRUE. GAPS BETWEEN THE EDGE OF THE PAVER SURFACE SHALL BE FILLED WITH STANDARD PAVERS OR WITH PAVERS CUT TO FIT. CUT PAVERS SHOULD BE NO SMALLER THAN ONE THIRD THE SIZE OF FULL PAVERS. CARE SHOULD BE TAKEN WHEN ESTABLISHING THE LAYING PATTERN TO INSURE THAT LESS THAN ONE THIRD PAVERS ARE MINIMIZED. PAVERS ARE SET INTO THE SAND LAYING COURSE BY ROLLER OR PLATE VIBRATOR CAPABLE OF 3,000 TO 5,000 COMPACTION FORCE. VIBRATION SHALL BE CONDUCTED IN CROSSING PATHS UNTIL THE PAVEMENT SURFACE IS SMOOTH AND REQUIRED ELEVATION IS ACHIEVED. GAPS BETWEEN PAVERS SHOULD AT THIS POINT SHOULD BE FILLED TO ABOUT TWO THIRDS OF THE PAVER'S FULL HEIGHT. GAPS BETWEEN EDGES SHOULD BE NO MORE THAN 3/16" WIDE AFTER VIBRATION. GAPS GREATER THAN 3/16" SUGGEST THAT LESS THAN SATISFACTORY INTERLOCK WILL BE ACHIEVED. PAVERS WITHIN THREE FEET OF UNRESTRAINED EDGES MUST NOT BE COMPACTED. ONCE PAVERS ARE VIBRATED INTO PLACE. CLEAN, DRY SAND SHALL BE BROOMED OVER THE PAVEMENT SURFACE AND VIBRATED ONCE MORE INTO THE REMAINING UNFILLED GAPS BETWEEN PAVERS TO THE HEIGHT OF THE JOINT BEVEL. SURPLUS SAND SHOULD BE SWEPT FROM THE PAVEMENT SURFACE AND DISPOSED OF. THE COMPLETED PAVING STONE INSTALLATION SHOULD BE WASHED DOWN AND CLEANED TO PROVIDE A CLEAN FINISHED WORKMANLIKE INSTALLATION. PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIF O R N I A I N C O R P ORATED J U L Y 1 1983 42MPK 24-01 C009 L ICENSE D L A N DSCAPE A R C H I T E CTSignature M ARKAL A N S C H ATTIN G E R # 3 2 35 Renewal Date Date 03-31-25 S T A TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 N/A COLOR: NATURAL GRAY FINISH: MEDIUM BROOM x REFER TO CIVIL PLAN SHEETS FOR DETAIL 22 CONSTRUCTION NOTES & PAVING SCHEDULE PEDESTRIAN BRICK PAVERS x INSTALL per MANUFACTURER'S RECOMMENDATIONS x SEAL WITH MIRACLE / RUST-OLEUM 511 IMPREGNATOR SEALANT x POLYMERIC SAND: TECHNISEAL HP 'SUMMIT GREY' OR APPROVED EQUAL BELCREST 760 WITH POLYMERIC JOINT SAND SIZE: 3-5/8" X 7-5/8"" THICKNESS: 2 14" PATTERN: RUNNING BOND SOLDIER COARSE BANDING AT EDGE BELDEN AVAIL thru THOMPSON BUILDING SUPPLIES PH: (949) 239-2417 GENERAL NOTES 257 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIF O R N I A I N C O R P ORATED J U L Y 1 1983 42MPK 24-01 C009 L ICENSE D L A N DSCAPE A R C H I T E CTSignature M ARKAL A N S C H ATTIN G E R # 3 2 35 Renewal Date Date 03-31-25 S T A TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 A MANUFACTURER: VICTOR STANLEY COLOR / FINISH: COLOR: BLACK LENGTH: 6 FT. COMMENTS / NOTES: x INCLUDE INTERMEDIATE ARMREST (BOLT - ON) x INSTALL PER MANUF. REC. x SEE DETAIL 'C' ON SHEET '27' FOR ANCHORAGE DETAIL PRODUCT: RB - 28 BENCH B BIKE RACK MANUFACTURER: id CREATED COLOR / FINISH: POWDER COATED STEEL COLOR: CORTEN COLOR COMMENTS / NOTES: x FINISH TO BE ADDED TO BIKE RACK & BASE x INSTALL PER MANUF. REC. x SEE DETAIL 'E' ON SHEET '27' FOR ANCHORAGE DETAIL PRODUCT: INSIDE BIKE RACK C MANUFACTURER: DU MOR COLOR / FINISH: COLOR: BLACK SIZE: 32 GAL. COMMENTS / NOTES: x 2 RECEPTACLES AT EACH LOCATION (1) WITH TRASH LID (1) WITH RECYCLE LID. x INSTALL PER MANUF. REC. x SEE DETAIL 'D' ON SHEET '27' FOR ANCHORAGE DETAIL PRODUCT: RECEPTACLE 107 BENCH TRASH RECEPTACLE D MANUFACTURER: SOUTWEST BOULDERS & STONE COLOR / FINISH: SHADES OF DRAK & LIGHT GRAY TONES PRODUCT: SIERRA SELECT BOULDERS QTY: SEE CONSTRUCTION PLAN QTY: SEE CONSTRUCTION PLAN QTY: SEE CONSTRUCTION PLAN COMMENTS / NOTES: x TO BE LOCATED BY LANDSCAPE ARCHITECT SIZE / QUANTITY: 10 - 3' BOULDERS 13 - 2' BOULDERS 8 - 1.5' BOULDERS LANDSCAPE CUTSHEETS 23 IMAGE FOR REFERENCE ONLY BENCH WILL HAVE SINGLE INTERMEDIATE ARMREST 258 T R (NOT A PART) LI M I T O F W O R K A T P L LIMIT OF WORK AT PL WA L N U T ST . H IGH ST . 1.1 B 1.1 B 6 6 P.A.P.A. 2.0 1 SIGHT LINE 1 8 8 SELECT BOULDERS IN SIGHT TRIANGLE TO BE NO HIGHER THAN 24" 2.0 2.2 1.0 A1.0 A 23'-6"24'-7"12'-2"18'-4" 7' - 4 " 5'5'13'-4"6'-8" CTTR LIMIT OF WORK AT PL(NOT A PART) BUILDING B WA L N U T ST . HIGH ST. 1.1 B P.A.P.A.P.A.P.A. 6 6 6 3 P.A. P.A. SIGHT LINE 1.0 A 1.1 B 11 3.0 1.0 A 8 1 7 4 1.1 B 2 8 3.03.0 P.A. 2.2 9'-6"13'-9"12'36'14'-8" 13'-5" 7' - 1 0 " 10 ' - 2 " 6' - 5 " 33'-6" 12'-2" 58'-3" 10'-3" 11'-2" T R T R LIMIT OF WORK AT PL(NOT A PART) MAIL H IGH S T. P.A.P.A.6 6 3.0 1.1 B 2.3TYP. 4 1 EXISTING TREE PROTECT IN PLACE PER ARBORIST REPORT (TYP.) AT ALL EXISTING TREES 1.0 A 1.0 A 1.1 B2.1 QTY: 4 1 SIGHT LINE 2.22.2 OFFSITE IRRIGATION METER REFER TO SHEET 10 12'31'-10"37'-9"32'-6" 10 ' - 2 " 7' - 3 " 12'8' 13 ' - 1 " 6' FLATWORK CL REFERENCE NOTES: 1. FOR CONSTRUCTION NOTES SEE SHEET 22 2. FOR PAVING SCHEDULE SEE SHEET 22 3. FOR CONSTRUCTION SPECIFICATIONS SEE SHEET 28 FIELD VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION ABBREVIATION LEGEND: GENERAL SITE IMPROVEMENTS POTTERY / SITE FURNISHINGS / MISCELLANEOUS CURB / GUTTER per CIVIL PLANS CLR EQ. F.O.C. ALIGN CLEAR CENTERLINE EQUAL FACE OF CURB CONSTRUCTION CALLOUT POINT OF BEGINNING TYPICAL RADIUS EQUAL PLANTER AREA MAXIMUM MINIMUM FACE OF WALLF.O.W. MIN. MAX. P.A. R= TYP. TRANSFORMERS per DRY UTILITY STREET LIGHT PER CIVIL PLANS STRIPING PER CIVIL PLANS ADJACENT PROPERTY WATER METER PER CIVIL CONSTRUCTION CALLOUTS: DETAIL / SHEET DETAIL / SHEET BENCH BIKE RACKS TRASH RECEPTACLE / RECYCLE CONTAINER DECORATIVE BOULDERS STORM DRAIN INLET PER CIVIL PLANS A L I GN 1.0 1.0 1.1 2.0 2.1 2.2 2.3 1 2 3 4 5 6 7 8 - A SHEET 27 C SHEET 27 E SHEET 27 D SHEET 27 D SHEET 23 RL REFERENCE LINE PEDESTRIAN CONCRETE PAVING (PER CIVIL) SEE SHEET 22 FOR FINISH PEDESTRIAN BRICK PAVERS TRUNCATED DOMES per CIVIL PLANS CONCRETE RAMP per CIVIL PLANS PEDESTRIAN CONCRETE PAVING PEDESTRIAN BRICK PAVERSAB MASONRY DETAIL / SHEET 3.0 DECORATIVE SEAT WALL (TO MATCH ADJACENT METROLINK PROPERTY)B SHEET 27 FIRE HYDRANT PER CIVIL PLANS9 EXISTING CONCRETE to REMAIN10 EXISTING ELECTRICAL VAULT11 EXISTING SEAT WALL 12 EXISTING MAN HOLE 13 14EXISTING TRASH RECEPTACLES PEDESTRIAN CONCRETE PAVING PEDESTRIAN BRICK PAVERSAB 15 ELECTRICAL VAULT PER ELECTRICAL ENGINEER PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 KEY MAP N.T.S. HIGH ST. MO O R P A R K A V E . LICENSE D L A N DSCAPE AR C H I T E C TSignature M A RKAL A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 NORTH SCALE: 1" = 10' 0 5'10' 20' 24 CONSTRUCTION PLAN MA T C H L I N E - S E E S H E E T B E L O W L E F T - B MA T C H L I N E - S E E S H E E T 2 5 MA T C H L I N E - S E E S H E E T A B O V E R I G H T - A MA T C H L I N E - S E E S H E E T A B O V E R I G H T - B MA T C H L I N E - S E E S H E E T B E L O W L E F T - A MATCHLINE - SEE SHEET 26 SHEET 24 TREE PROTECTION NOTE: ONLY HAND TRENCHING WILL BE ALLOWED WITHIN DRIP LINES OF EXISTING TREES, UNLESS OTHERWISE APPROVED IN WRITING BY A CITY REPRESENTATIVE. ANY ROOT ENCOUNTERED TO BE 4" IN DIAMETER OR MORE SHALL BE INSPECTED BY A CITY APPROVED ARBORIST, AND CITY REPRESENTATIVE PRIOR TO CUTTING. ARBORIST NOTES: PLEASE SEE SHEET 37 ARBORIST NOTES REGARDING EXISTING TREES TO BE PROTECTED IN PLACE 259 T T LIMIT OF WORK AT PL(NOT A PART) BA R D ST . H IGH ST. R P.A. 6 6 1.1 B 2.0 P.A. 8 1.0 A 1.1 B 1.1 B 2.0 2.1 4 12 1 EXISTING TREE PROTECT IN PLACE PER ARBORIST REPORT (TYP.) AT ALL EXISTING TREES 2.3 TYP. QTY: 4 2 2 1 8 SIGHT LINE EXISTING TREE PROTECT IN PLACE PER ARBORIST REPORT (TYP.) AT ALL EXISTING TREES 2.3TYP.2.3 TYP. 2.2 51'-8" 45'-7"25' 19'-3" 5' 32'-5" T R T R LIMIT OF WORK AT PL(NOT A PART) H IGH ST. P.A.P.A. P.A. P.A. 11 6 1.1 B 2.0 6 1.0 A 1.0 A 1 4 1.1 B 2.0 1.0 A 8 8 EXISTING TREE to BE RELOCATED HERE BY DALY GROUP PROTECT IN PLACE PER ARBORIST REPORT (TYP.) AT ALL EXISTING TREES 3.0 1.1 B SIGHT LINE 2.3 TYP. 62.2 1413 P.A.P.A. P.A. P.A.1 16'-10" 24'-3" 15'-6" 42'-8" 10'-2"7'-10" 21'-3" 8' - 4 " 5' - 4 " FLATWORK CL REFERENCE NOTES: 1. FOR CONSTRUCTION NOTES SEE SHEET 22 2. FOR PAVING SCHEDULE SEE SHEET 22 3. FOR CONSTRUCTION SPECIFICATIONS SEE SHEET 28 FIELD VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION ABBREVIATION LEGEND: GENERAL SITE IMPROVEMENTS POTTERY / SITE FURNISHINGS / MISCELLANEOUS CURB / GUTTER per CIVIL PLANS CLR EQ. F.O.C. ALIGN CLEAR CENTERLINE EQUAL FACE OF CURB CONSTRUCTION CALLOUT POINT OF BEGINNING TYPICAL RADIUS EQUAL PLANTER AREA MAXIMUM MINIMUM FACE OF WALLF.O.W. MIN. MAX. P.A. R= TYP. TRANSFORMERS per DRY UTILITY STREET LIGHT PER CIVIL PLANS STRIPING PER CIVIL PLANS ADJACENT PROPERTY WATER METER PER CIVIL CONSTRUCTION CALLOUTS: DETAIL / SHEET DETAIL / SHEET BENCH BIKE RACKS TRASH RECEPTACLE / RECYCLE CONTAINER DECORATIVE BOULDERS STORM DRAIN INLET PER CIVIL PLANS A L I GN 1.0 1.0 1.1 2.0 2.1 2.2 2.3 1 2 3 4 5 6 7 8 - A SHEET 27 C SHEET 27 E SHEET 27 D SHEET 27 D SHEET 23 RL REFERENCE LINE PEDESTRIAN CONCRETE PAVING (PER CIVIL) SEE SHEET 22 FOR FINISH PEDESTRIAN BRICK PAVERS TRUNCATED DOMES per CIVIL PLANS CONCRETE RAMP per CIVIL PLANS PEDESTRIAN CONCRETE PAVING PEDESTRIAN BRICK PAVERSAB MASONRY DETAIL / SHEET 3.0 DECORATIVE SEAT WALL (TO MATCH ADJACENT METROLINK PROPERTY)B SHEET 27 FIRE HYDRANT PER CIVIL PLANS9 EXISTING CONCRETE to REMAIN10 EXISTING ELECTRICAL VAULT11 EXISTING SEAT WALL 12 EXISTING MAN HOLE 13 14EXISTING TRASH RECEPTACLES PEDESTRIAN CONCRETE PAVING PEDESTRIAN BRICK PAVERSAB 15 ELECTRICAL VAULT PER ELECTRICAL ENGINEER PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 KEY MAP N.T.S. HIGH ST. MO O R P A R K A V E . LICENSE D L A N DSCAPE AR C H I T E C TSignature M A RKAL A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 NORTH SCALE: 1" = 10' 0 5'10' 20' 25 CONSTRUCTION PLAN SHEET 25 MA T C H L I N E - S E E S H E E T B E L O W L E F T - A MA T C H L I N E - S E E S H E E T 2 4 MA T C H L I N E - S E E S H E E T A B O V E R I G H T - A TREE PROTECTION NOTE: ONLY HAND TRENCHING WILL BE ALLOWED WITHIN DRIP LINES OF EXISTING TREES, UNLESS OTHERWISE APPROVED IN WRITING BY A CITY REPRESENTATIVE. ANY ROOT ENCOUNTERED TO BE 4" IN DIAMETER OR MORE SHALL BE INSPECTED BY A CITY APPROVED ARBORIST, AND CITY REPRESENTATIVE PRIOR TO CUTTING. ARBORIST NOTES: PLEASE SEE SHEET 37 ARBORIST NOTES REGARDING EXISTING TREES TO BE PROTECTED IN PLACE MATCHLINE - SEE SHEET 26 260 T R BA R D ST . HIG HST. P.A.P.A. P.A. 8 6 8 8 1 1 6 8 1.1 B 1.1 B 7 2 2.1 QTY: 2 9 6'6' 13 ' 1010 P.A.2.2 41'-10" 4' - 6 " 31'-7" 9' - 5 " 10' 14'-10" 3' 15'-2" 10' 7' - 4 " 3' 9'-5" 5' - 6 " 24'-5" FLATWORK CL REFERENCE NOTES: 1. FOR CONSTRUCTION NOTES SEE SHEET 22 2. FOR PAVING SCHEDULE SEE SHEET 22 3. FOR CONSTRUCTION SPECIFICATIONS SEE SHEET 28 FIELD VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION ABBREVIATION LEGEND: GENERAL SITE IMPROVEMENTS POTTERY / SITE FURNISHINGS / MISCELLANEOUS CURB / GUTTER per CIVIL PLANS CLR EQ. F.O.C. ALIGN CLEAR CENTERLINE EQUAL FACE OF CURB CONSTRUCTION CALLOUT POINT OF BEGINNING TYPICAL RADIUS EQUAL PLANTER AREA MAXIMUM MINIMUM FACE OF WALLF.O.W. MIN. MAX. P.A. R= TYP. TRANSFORMERS per DRY UTILITY STREET LIGHT PER CIVIL PLANS STRIPING PER CIVIL PLANS ADJACENT PROPERTY WATER METER PER CIVIL CONSTRUCTION CALLOUTS: DETAIL / SHEET DETAIL / SHEET BENCH BIKE RACKS TRASH RECEPTACLE / RECYCLE CONTAINER DECORATIVE BOULDERS STORM DRAIN INLET PER CIVIL PLANS A L I GN 1.0 1.0 1.1 2.0 2.1 2.2 2.3 1 2 3 4 5 6 7 8 - A SHEET 27 C SHEET 27 E SHEET 27 D SHEET 27 D SHEET 23 RL REFERENCE LINE PEDESTRIAN CONCRETE PAVING (PER CIVIL) SEE SHEET 22 FOR FINISH PEDESTRIAN BRICK PAVERS TRUNCATED DOMES per CIVIL PLANS CONCRETE RAMP per CIVIL PLANS PEDESTRIAN CONCRETE PAVING PEDESTRIAN BRICK PAVERSAB MASONRY DETAIL / SHEET 3.0 DECORATIVE SEAT WALL (TO MATCH ADJACENT METROLINK PROPERTY)B SHEET 27 FIRE HYDRANT PER CIVIL PLANS9 EXISTING CONCRETE to REMAIN10 EXISTING ELECTRICAL VAULT11 EXISTING SEAT WALL 12 EXISTING MAN HOLE 13 14EXISTING TRASH RECEPTACLES PEDESTRIAN CONCRETE PAVING PEDESTRIAN BRICK PAVERSAB 15 ELECTRICAL VAULT PER ELECTRICAL ENGINEER T RWA LN U T S T. HIGH ST.8 6 8 8 1 68 1.1 B 1.1 B P.A.P.A. P.A. 9 7 1010 P.A. 1 2.2 2.1 QTY: 2 15 43'-5" 5' - 9 " 6'-2" 29'-11" 2' - 6 " 3' 2'-4" 6' 20'-2" 18' 3'-3" 2'-11"8' - 6 " 5' - 1 0 " 2'-10" 7'-10" PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 KEY MAP N.T.S. HIGH ST. MO O R P A R K A V E . LICENSE D L A N DSCAPE AR C H I T E C TSignature M A RKAL A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 NORTH SCALE: 1" = 10' 0 5'10' 20' 26 CONSTRUCTION PLAN HIGH ST.SHEET 26 MATCHLINE - SEE SHEET 24 MATCHLINE - SEE SHEET 25 TREE PROTECTION NOTE: ONLY HAND TRENCHING WILL BE ALLOWED WITHIN DRIP LINES OF EXISTING TREES, UNLESS OTHERWISE APPROVED IN WRITING BY A CITY REPRESENTATIVE. ANY ROOT ENCOUNTERED TO BE 4" IN DIAMETER OR MORE SHALL BE INSPECTED BY A CITY APPROVED ARBORIST, AND CITY REPRESENTATIVE PRIOR TO CUTTING. ARBORIST NOTES: PLEASE SEE SHEET 37 ARBORIST NOTES REGARDING EXISTING TREES TO BE PROTECTED IN PLACE 261 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 LICENSE D L A N DSCAPE AR C H I T E C TSignature M A RKAL A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 27 CONSTRUCTION DETAILS PEDESTRIAN BRICK PAVERS 3" = 1'-0" 1. PEDESTRIAN BRICK PAVER RUNNING BOND FIELD. SEE PAVING SCHEDULE SHEET FOR PAVER THICKNESS and PRODUCT. 2. PEDESTRIAN BRICK PAVER SOLDIER COARSE BANDING AT EDGE. SEE PAVING SHEET FOR PAVING THICKNESS and PRODUCT. 3. 1" DEPTH CLEAN NON-PLASTIC SAND LAYING COURSE. 4. GEOTEXTILE FABRIC. 4" MIN. FOLD UP AT ALL VERTICAL EDGES. 12" MIN. HORIZONTAL FABRIC OVERLAY 5. CLASS 2 ROAD BASE COMPACTED TO 95% COMPACTION 6. CONCRETE SUBGRADE BOND BEAM - WET SET PAVER BAND 7. COMPACTED SUB-GRADE 95% COMPACTION PER MANUFACTURER RECOMENDATIONS 8. PLANTER SOIL MIX 9. FINISH SURFACE per CIVIL ENGINEER 10. FINISH GRADE per CIVIL ENGINEER 11. SAND JOINT per MANUFACTURERS RECOMMENDATIONS 12. VERTICAL SURFACE 13. WET SET MORTAR AT SOLDIER COARSE BANDING 14. SAND GROUT FOR FINISH APPEARANCE LEGEND: NOTES: A. SEE CONSTRUCTION PLAN for PAVER PATTERN DIRECTION B. SEAL with SURBOND SB 1300 or EQUAL. C. JOINT SAND to be LOGICAL RESOURCE POLYMERIC or EQUAL 6" TY P . WIDTH OF ONE FULL PAVING MODULE 1" 9 112 12 1 11 6 SECTION at VERTICAL SURFACE VA R I E S PE R P A V E R 754 VE R I F Y w / CI V I L 4" A 3 13 6" TY P . WIDTH OF ONE FULL PAVING MODULE 1" 8 109216 5 7 SECTION at PLANTING AREA 11 VA R I E S PE R P A V E R 4 VE R I F Y w / CI V I L 4" 12" TY P . 3 14 10" 4" 15" 5 9 8 7 6 3 2 1. 4" THICK NATURAL COLOR, POURED IN PLACE CONCRETE CAP WITH 1" RADIUS ALONG TOP EDGES SMOOTH FINISH. (2) #4 REBAR, CONTINUOUS, SET MID-DEPTH. 2. 6"X8"X16" PRECISION CMU BLOCK 3. #4 VERTICAL REBAR AT 16" O.C. AT ALL LAPS AND SPLICES. (2) #4 VERTICAL AT CORNERS AND AT ENDS. 4. #4 HORIZONTAL REBAR 12" O.C. EACH WAY 5. 12" DEEP CONCRETE FOOTING W/REBAR AT 16" O.C. EACH WAY TOP AND BOTTOM 6. 5/8" X 2 1/4" X 7 5/8" BELCREST 760 THIN BRICK CLADDING. WITH ORCO OBP VP BLACK 250 - 14 CONCAVE JOINTING 7. 1/2" THICK EXPANSION JOINT 8. ADJACENT HARDSCAPE - PER PLAN 9. COMPACTED SUBGRADE 95% COMPACTION 10. STAINLESS STEEL SKATESTOPPER SKATEBOARD DETERRENT, MODEL #D R1-8. DIAMOND INSERT SERIES EVENLY SPACE, 30" MAX, ALONG ALL SEATING. PLACE AT CONCRETE CONTROL JOINTS WITH DOWELS PER MANUFACTURER INSTALLATION SPECIFICATIONS. 11. FINISH GRADE LEGEND: NOTES: 1. FOOTING TO BE POURED AGAINST RECOMPACTED SOIL 2. GROUT SOLID ALL CELLS w REBAR REINFORCEMENT 3. BRICK SPECIFICATION AND PATTERN TO MATCH ADJACENT PROPERTY (METROLINK STATION NORTH) 4. USE CUT BLOCK AT BOTTOM COURSE ONLY. FULL BLOCK FOR REMAINING COURSES. SEAT WALLB 1" = 1'-0" 11 1 6 11 4 10 A SECTION -A ELEVATION - A 1 12" VARIES PER CONST. PLAN1 10 1' - 8 " MA X H T . 12 " 8" MI N . 4" MI N . SECTION A - INSTALLATION OVER BRICK PAVERS 5 3 1 6 4" MI N . 2' - 9 " 1. BIKE RACK. - REFER TO SHEET '23' DETAIL 'B'. SEE CONSTRUCTION PLAN FOR LOCATION & ORIENTATION 2. CONCRETE ANCHOR BOLT - PER CONTRACTOR 3. BRICK PAVER - SEE PAVING SCHEDULE 4. 1'X2' CONCRETE FOOTING 5. 4" MIN DEPTH CLASS 2 ROAD BASE AT 95% COMPACTION 6. COMPACTED SUBGRADE 7. LEVELING MORTAR LEGEND: NOTES: A. INSTALL PER MANUFACTURER B. REFER TO CONSTRUCTION PLAN FOR BIKE RACK LOCATIONS BIKE RACK ANCHORAGEE 1" = 1'-0" 2 4 7 5 3 BENCH ANCHORAGEC 1" = 1'-0" 1. BENCH - REFER TO SHEET '23' DETAIL 'A'. SEE CONSTRUCTION PLAN FOR LOCATION & ORIENTATION 2. CONCRETE / BRICK PAVERS PER SEPARATE DETAIL 3. 1/2" X 6" STAINLESS STEEL EXPANSION ANCHOR BOLT 4. CONCRETE FOOTING BETWEEN LEGS 6" H x 8"W x 30"L BETWEEN BOTH ENDS OF BENCH 5. 95% COMPACTED SUB -GRADE LEGEND: NOTES: A. INSTALL PER MANUFACTURER RECOMMENDATIONS 30" 1 4 2 5 3 BIKE RACK ANCHORAGED 1" = 1'-0" 1. TRASH OR RECYCLING RECEPTACLE - REFER TO SHEET '23' DETAIL 'C'. SEE CONSTRUCTION PLAN FOR LOCATION & ORIENTATION 2. CONCRETE / BRICK PAVERS PER SEPARATE DETAIL 3. 1/2" X 6" STAINLESS STEEL EXPANSION ANCHOR BOLT 4. CONCRETE FOOTING BETWEEN LEGS 6" H x 8"W x 24"L BETWEEN BOTH ENDS OF BENCH 5. 95% COMPACTED SUB -GRADE LEGEND: NOTES: A. INSTALL PER MANUFACTURER RECOMMENDATIONS 2' 2 1 4 262 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 LICENSE D L A N DSCAPE AR C H I T E C TSignature M A RKAL A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 28 CONSTRUCTION SPECIFICATIONS 1.BIDDING: IT SHALL BE THE CITY OF MOORPARK'S RESPONSIBILITY IN INVITING AND OBTAINING BIDS, SETTING ITS PROVISIONS AND INSTRUCTIONS TO BIDDERS, SECURING THEIR BONDS AND WORKERS COMPENSATION INSURANCE CERTIFICATES, ETC. TO FULLY ENSURE THE QUALITY AND TIMELY COMPLETION OF THE PROJECT. 2.SCOPE OF WORK: CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIALS, EQUIPMENT AND SERVICES NECESSARY TO FURNISH AND INSTALL ALL ELEMENTS AS SHOWN ON THE DRAWING AND SPECIFIED HEREIN. 3.PLAN VERIFICATION: : THE DRAWING AND SPECIFICATIONS REPRESENT THE FINISH CONSTRUCTION PRODUCT. THESE DOCUMENTS MAY CONTAIN ERRORS, OMISSIONS, CONTRADICTIONS, ETC. THE CONTRACTOR SHALL REVIEW ALL DOCUMENTS THOROUGHLY AND SHALL NOTIFY THE LANDSCAPE ARCHITECT AND OWNER IMMEDIATELY UPON ANY SUCH DISCREPANCY. GOVERNING CODES SHALL THEN APPLY. 4.LICENSE: THE CONTRACTOR SHALL BE A CALIFORNIA LICENSED CONTRACTOR. 5.UNIFORM BUILDING CODE: ALL CONSTRUCTION WITHIN THESE DRAWINGS SHALL CONFORM TO THE CURRENT EDITION OF THE UNIFORM BUILDING CODE AS AMENDED BY CALIFORNIA AND ALL APPLICABLE GOVERNING CODES AND ORDINANCES. 6.FIELD VERIFICATION: CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND SITE CONDITIONS BEFORE STARTING WORK. CITY OF MOORPARK AND LANDSCAPE ARCHITECT SHALL BE NOTIFIED IMMEDIATELY OF ANY DISCREPANCIES. 7.DIMENSIONS: ALL SCALE DIMENSIONS ARE APPROXIMATE. WRITTEN DIMENSIONS ON DETAILS AND PLANS TAKE PRECEDENCE OVER SCALED DIMENSIONS. 8.METHODS OF CONSTRUCTION: THE CONTRACTOR IS SOLELY RESPONSIBLE FOR ALL CONSTRUCTION METHODS, MEANS, SEQUENCES, PROCEDURES AND TECHNIQUES. THE LANDSCAPE ARCHITECTURAL FIRM IS NOT LIABLE FOR CONSTRUCTION METHODS. 9.UTILITIES: THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE LOCATION OF ALL UNDERGROUND UTILITIES, ELECTRICAL CABLES, CONDUITS, AND IRRIGATION LINES PRIOR TO ANY CONSTRUCTION, SO THAT PROPER PRECAUTIONS MAY BE TAKEN NOT TO DAMAGE SUCH IMPROVEMENTS. 10.PERMITS AND INSPECTIONS: THE CONTRACTOR SHALL OBTAIN, COORDINATE AND PAY FOR ALL PERMITS, FEES AND AGENCY INSPECTIONS AS REQUIRED. 11.SHOP DRAWINGS: SHOP DRAWINGS SHALL BE SUBMITTED BY THE CONTRACTOR FOR THE CLARIFICATION OF ALL DESIGN CONCEPT DETAILS, IF REQUIRED BY THE CITY OF MOORPARK. 12.LIABLE FOR DAMAGE: THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE CAUSED BY ITS OPERATIONS TO UTILITIES, PLANTING, CONSTRUCTION, PERSONS, PROPERTY, ETC. AND SHALL PROVIDE PROTECTIVE MEANS TO GUARD AGAINST DAMAGE. 13.LIABLE FOR ENCROACHMENTX: THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY ENCROACHMENT ONTO ADJACENT PROPERTY, RIGHT-OF-WAYS, EASEMENTS, SETBACKS OR ANY OTHER LEGAL PROPERTY RESTRICTIONS EITHER MARKED OR UNMARKED. 14.SITE MAINTENANCE: CONTRACTOR SHALL KEEP THE PROJECT SITE CLEAN AND FREE FROM RUBBISH AND DEBRIS. ALL DEBRIS SHALL BE REMOVED FROM SITE PER LOCAL CODE AND ORDINANCES. 15.SAFETY: THE CONTRACTOR IS SOLELY RESPONSIBLE FOR INITIATING, MAINTAINING AND SUPERVISING ALL SAFETY PRECAUTIONS AND PROGRAMS DURING CONSTRUCTION. 16.MATERIALS: ALL MATERIALS AND EQUIPMENT SPECIFIED IN THESE DRAWINGS SHALL BE NEW AND IN PERFECT CONDITION WHERE INSTALLED. 17.SUBSTITUTIONS: DESIGN, MATERIAL, EQUIPMENT AND PRODUCTS OTHER THAN THOSE DESCRIBED OR INDICATED ON DRAWINGS MAY BE CONSIDERED FOR USE. APPROVAL FOR SUBSTITUTIONS SHALL BE OBTAINED FROM THE OWNER AND LANDSCAPE ARCHITECT. ALL SUBSTITUTIONS SHALL CONFORM TO LOCAL CODES AND ORDINANCES. 18.GUARANTEE: ALL WORK PERFORMED BY CONTRACTOR SHALL BE GUARANTEED BY THE CONTRACTOR FOR A PERIOD OF ONE YEAR FROM THE TIME OF COMPLETION AS DIRECTED BY THE CITY OF MOORPARK, OR UNLESS OTHERWISE SPECIFIED HEREIN. A. GENERAL NOTES B. FIELD OBSERVATIONS 1.FIELD OBSERVATION COORDINATION: THE FOLLOWING OBSERVATIONS SHALL BE INITIATED BY THE CONTRACTOR AND COORDINATED THROUGH THE CITY OF MOORPARK (JOB SUPERINTENDENT). THE CONTRACTOR SHALL NOTIFY THE CITY OF MOORPARK (JOB SUPERINTENDENT) AND LANDSCAPE ARCHITECT NOT LESS THAN FORTY-EIGHT (48) HOURS IN ADVANCE OF ANY OBSERVATION. CONTINUED WORK WITHOUT OBSERVATION OF THESE PHASES OF WORK IS AT THE CONTRACTOR'S RISK, WITH ANY REQUIRED CHANGES OR MODIFICATIONS TO BE AT CONTRACTOR'S EXPENSE THE CITY OF MOORPARK (JOB SUPERINTENDENT) SHALL INFORM THE LANDSCAPE ARCHITECT AS TO THE PURPOSE AND TIME OF THE OBSERVATION FORTY-EIGHT (48) HOURS IN ADVANCE. 2.JOB SITE MEETINGS AND REQUIRED INSPECTIONS: 4.APPROVALS / CERTIFICATIONS: THE CONTRACTOR SHALL INITIATE AND COORDINATE THROUGH THE CITY OF MOORPARK ALL REQUIRED AGENCY APPROVALS. CONTRACTOR SHALL COOPERATE WITH THE CITY OF MOORPARK ENGINEER FOR LINE AND GRADE INSPECTION. 5.FIELD VERIFICATION: CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND SITE CONDITIONS BEFORE STARTING WORK. OWNER AND LANDSCAPE ARCHITECT SHALL BE NOTIFIED IMMEDIATELY OF ANY DISCREPANCIES. 6.UTILITIES: CONTRACTOR SHALL LOCATE AND TAKE ALL PRECAUTIONS NECESSARY TO PREVENT UNDERMINING AND DAMAGE TO EXISTING UTILITIES. 7.COORDINATION: CONTRACTOR SHALL COORDINATE WITH APPROPRIATE TRADES TO LOCATE PIPE (IRRIGATION, EXISTING DRAINAGE, ELECTRICAL, ETC.) INFRINGING WITH DRAIN AND DRAIN LINES LOCATIONS BEFORE STARTING WORK. 8.TRENCHING: PIPE TRENCH SHALL BE EXCAVATED STRAIGHT AND TRUE TO GRADE. IN GENERAL THE TRENCH WIDTH SHOULD NOT EXCEED THE DIAMETER OF THE PIPE PLUS TWO FEET. TRENCH BOTTOM SHALL BE GRADED AND PREPARED TO PROVIDE A FIRM AND UNIFORM BEARING SURFACE THROUGHOUT ENTIRE LENGTH OF PIPE. 9.SUBGRADE: ALL SUBGRADE STABILIZERS FOR SUBSURFACE DRAINAGE SYSTEM SHALL BE PER CIVIL ENGINEER 10.SWALES: SWALE LINE SHALL HAVE A 2% MINIMUM PITCH CONTINUALLY TO THE DRAIN INLET TO THE CATCH BASIN OR DISCHARGE POINT. SWALES SHALL HAVE A GENTLE UNIFORM CROSS PITCH WITHOUT ANY UNEVEN OR ABRUPT TRANSITIONS. 11.DRAINS: DRAIN INLETS OR CATCH BASIN SHALL BE LOCATED AT SWALE LOW POINTS. ALL AREA DRAINS, CATCH BASINS, ETC. SHALL CONFORM TO ALL SPECIFICATIONS AND RECOMMENDED INSTALLATION PROCEDURES OF MANUFACTURER. 12.DRAIN LINES: ALL DRAIN LINES SHALL BE Ø4" (UNLESS OTHERWISE SPECIFIED BY OWNER) SDER 35, OR APPROVED BY LANDSCAPE ARCHITECT NON-PERFORATED TUBING, SOLVENT WELD ALL CONNECTIONS. ALL DRAIN LINES ON SLOPES TO BE SCHEDULE 40 PVC OR APPROVED BY LANDSCAPE ARCHITECT. ALL DRAINAGE PIPE SHALL BE INSTALLED PER MANUFACTURE'S SPECIFICATIONS. ALL CHANGES IN DIRECTION IN THE DRAIN LINE SHALL BE WITH 45° ANGLE FITTINGS. INSTALL DRAIN LINE 12" BELOW FINISH GRADE MINIMUM, EXCEPT WHERE DRAIN LINES DAYLIGHT AT CURB. INVERT OF CURB DRAINS SHALL BE LOCATED MINIMUM OF 1" ABOVE GUTTER FLOW LINE, AND SHALL HAVE A MINIMUM CLEARANCE OF 2" TOP OF CURB AND TERMINATE AT LEAST 1" BACK OF CURB FACE. DRAIN LINES SHALL BE INSTALLED WITH A 1% SLOPE FROM THE DRAIN INLET TO THE DRAIN OUTLET. 13.CONNECTIONS: ALL SUBSURFACE AND SURFACE DRAINAGE SYSTEMS SHALL BE CONTAINED WITHIN THE PROPERTY IT SERVES. ALL DRAIN INLETS SHALL BE CONNECTED TO A CENTRALIZED SYSTEM WITH DRAIN OUTLET WHICH EXITS AT CURB FACE OR CONNECTS INTO STORM DRAIN SYSTEM PER CIVIL ENGINEER. 14.BACKFILLING: ALL BACKFILLING SHALL BE DONE IN ACCORDANCE WITH CIVIL ENGINEER PLANS. 15.INSTALLATION UPKEEP: INTERIOR OF PIPE SHALL BE THOROUGHLY CLEANED OF ALL FOREIGN MATTER PRIOR TO, DURING AND AFTER INSTALLATION. CONTRACTOR SHALL MAINTAIN THE PROJECT SITE THROUGHOUT THE PROGRESS OF THE WORK IN A REASONABLE, DRY WORKABLE CONDITION FREE OF SURFACE WATER. 16.DEFECTS: ALL DEFECTS IN DRAINAGE SYSTEM SHALL BE CORRECTED THROUGH THE GUARANTEE PERIOD SPECIFIED HEREIN AT THE CONTRACTOR'S EXPENSE TO THE SATISFACTION OF THE OWNER. A. PRE-JOB MEETING ON SITE - PRIOR TO COMMENCEMENT OF WORK B. DURING SOIL PREPARATION FOR PLANTING AND IRRIGATION. C. CONSTRUCTION STAKING AND LAYOUT OBSERVATION. D. ROUGH CONSTRUCTION PROGRESS OBSERVATION (FORMING, ETC.). E. AT COMPLETION OF SOIL PREPARATION. F. PRESSURE TEST IRRIGATION, MAINS AND LATERALS. G. COVERAGE OF IRRIGATION SYSTEM. H. COMPLETION OF WEED CONTROL. I. PLANT MATERIAL SPOTTING CHECK. J. GRADING CHECK PRIOR TO GROUNDCOVER. K. COMPLETION OF PLANTING. L. 30, 60 & 90-DAY MAINTENANCE INSPECTIONS. M. FINAL OBSERVATION/PROJECT CERTIFICATION. C. DRAINAGE NOTES 1.SCOPE OF WORK: CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIALS, EQUIPMENT AND SERVICES FOR THE INSTALLATION OF A SUBSURFACE DRAINAGE SYSTEM. 2.LICENSE: THE DRAINAGE CONTRACTOR SHALL BE A C-27 LICENSED LANDSCAPE CONTRACTOR OR LICENSED PER APPROPRIATE LOCAL CODES. 3.UNIFORM BUILDING CODE: ALL DRAINAGE CONSTRUCTION SHALL CONFORM TO THE CURRENT EDITION OF THE UNIFORM BUILDING CODE AND ALL APPLICABLE GOVERNING AGENCIES. D. CONCRETE NOTES 1.SCOPE OF WORK: CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIALS, EQUIPMENT AND SERVICES FOR THE INSTALLATION OF ALL CONCRETE FLATWORK INDICATED ON THESE PLANS. 2.PLAN VERIFICATION: THE CONTRACTOR SHALL NOTIFY THE CITY OF MOORPARK AND LANDSCAPE ARCHITECT IMMEDIATELY OF ANY DISCREPANCIES OR OMISSIONS ON ALL DRAWINGS. 3.LICENSE: THE CONCRETE CONTRACTOR SHALL BE A C-8 CALIFORNIA LICENSED CONTRACTOR, OR A C-27 LICENSED LANDSCAPE CONTRACTOR IF CONCRETE IS APPURTENANT TO LANDSCAPE WORK. 4.UNIFORM BUILDING CODE: ALL CONCRETE CONSTRUCTION SHALL CONFORM TO THE CURRENT EDITION OF THE UNIFORM BUILDING CODE AND ALL APPLICABLE GOVERNING AGENCIES. 5.FIELD VERIFICATION: CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND SITE CONDITIONS BEFORE STARTING WORK. OWNER AND LANDSCAPE ARCHITECT SHALL BE NOTIFIED IMMEDIATELY OF ANY DISCREPANCIES. 6.COORDINATION: CONTRACTOR SHALL COORDINATE WITH APPROPRIATE TRADES TO LOCATE PIPE SLEEVES, (IRRIGATION, DRAINAGE, ELECTRICAL ETC.), BENEATH OR EMBEDDED IN CONCRETE BEFORE STARTING WORK. 7.SOIL PREPARATION: ALL EXCAVATION, GRADING, COMPACTION, ETC. SHALL BE IN ACCORDANCE WITH RECOMMENDATIONS OF CIVIL ENGINEER. ALL SOIL MODIFICATIONS SHALL BE UNDER THE SUPERVISION OF CIVIL ENGINEER 8.SUBGRADE: ALL SUBGRADE MATERIAL, SAND, CRUSHED AGGREGATE, ETC., AND THEIR COMPACTION SHALL BE PER CIVIL ENGINEER SPECIFICATION 9.ROCK AND SAND SPECIFICATIONS: SAND AND AGGREGATE FOR CONCRETE SHALL BE CLEAN, NATURAL MATERIALS CONFORMING TO ASTM DESIGNATION C33. 10.WATER: WATER FOR CONCRETE SHALL BE CLEAN AND FREE FROM DELETERIOUS SUBSTANCES. 11.CEMENT: CEMENT SHALL BE PORTLAND CEMENT CONFORMING TO CURRENT REQUIREMENTS OF ASTM C-150, TYPE 1 OR TYPE II. CEMENT SHALL BE OF THE SAME BRAND AND TYPE USED THROUGHOUT THE PROJECT. 12.MIXING: PROPORTIONING AND MIXING OF CEMENT, AGGREGATE, ADMIXTURE AND WATER TO ATTAIN REQUIRED PLASTICITY AND STRENGTH SHALL BE IN ACCORDANCE WITH THE CURRENT EDITION OF THE ACI MANUAL OF CONCRETE PRACTICE AND THE PCA "DESIGN AND CONTROL OF CONCRETE MIXTURES". 13.COMPRESSIVE STRENGTH OF CONCRETE: ALL CONCRETE SHALL ATTAIN A MINIMUM COMPRESSIVE STRENGTH OF 2,500 P.S.I. AT 28 DAYS WITH A SLUMP NOT TO EXCEED 4" CONFORMING WITH ASTM C-39. CONCRETE SHALL CONSIST OF A MINIMUM 5 SACK PORTLAND CEMENT/SAND/GRAVEL MIX, CONFORMING WITH ASTM C-150. 14.CONCRETE FORMS: THE CITY OF MOORPARK AND LANDSCAPE ARCHITECT SHALL APPROVE ALL CONCRETE FORMS PRIOR TO POURING FLATWORK. FORMS SHALL BE CONSTRUCTED ACCURATELY TO DIMENSIONS, PLUMB AND TRUE TO LINE AND GRADE. FORMS SHALL BE SUBSTANTIAL, MORTAR TIGHT, BRACED AND TIED SO AS TO MAINTAIN POSITION AND SHAPE DURING PLACING OF REINFORCING AND CONCRETE. FORMS SHALL BE THOROUGHLY CLEANED OUT BEFORE CONCRETE IS PLACED AND FORMS SHALL BE REMOVED WITHOUT DAMAGE TO CONCRETE. CARE SHALL BE TAKEN IN ALL DETAILS OF FORMING, SETTING, REINFORCING, MIXING AND PLACING ALL CONCRETE EXPOSED IN FINISH WORK TO OBTAIN SMOOTH, EVEN SURFACES OF DENSE CONCRETE, AND CLEAN SHARP INSIDE AND OUTSIDE CORNERS. FORMS SHALL REMAIN IN PLACE LONG ENOUGH TO ALLOW CONCRETE TO SET PROPERLY. 15.CONCRETE REINFORCING STEEL: CONCRETE, AS INDICATED PER PLANS, WITH STEEL SHALL BE GRADE 60, DEFORMED BILLET STEEL CONFORMING TO ASTM A-615. LOCATE IN CENTER OF POUR TYPICAL WITH 2' MINIMUM CLEAR ALL EDGES. 16.WIRE MESH REINFORCEMENT: CONCRETE, AS INDICATED PER PLANS, TO HAVE 6 X 6 #10 WELDED WIRE MESH OR STEEL AS REQUIRED BY STRUCTURAL ENGINEER. LOCATE IN CENTER OR POUR TYPICAL WITH 2" MINIMUM CLEAR ALL EDGES. 17.THICKNESS OF CONCRETE: ALL CONCRETE FLATWORK SHALL HAVE A MINIMUM THICKNESS OF 4". ALL THICKENED EDGES FOR CONCRETE FLATWORK SHALL BE PER PLANS. A 1/2" RADIUS, OR PER PLANS, SHALL BE PROVIDED AT ALL EXPOSED EDGES AND/OR CORNERS. 18.CONCRETE FINISH: FINISH COURSE SHALL BE BROUGHT TO THE PROPER GRADE AND TO A UNIFORM SURFACE. CONCRETE COLORS AND FINISHES WILL BE PER CONSTRUCTION PLAN. ALL NATURAL CONCRETE WITH MEDIUM BROOM FINISH. 19.BROOM FINISH: BROOM FINISH (WHERE INDICATED ON DRAWINGS), AFTER FINISH TROWELING, DRAW THE FOLLOWING BROOM TYPES ACROSS PERPENDICULAR TO TRAFFIC FLOW OR IN THE DIRECTION AS INDICATED ON THE DRAWINGS. MEDIUM BROOM - MEDIUM STIFF BRISTLES 20.CURING: CURE CONCRETE IN ACCORDANCE WITH REQUIREMENTS OF THE CURRENT ACI MANUAL OF CONCRETE PRACTICE. 21.POSITIVE DRAINAGE: CONTRACTOR SHALL BE RESPONSIBLE FOR PROPER DRAINAGE, WITHOUT PONDING ON ALL CONCRETE SURFACES. ALL CONCRETE FLATWORK SHALL SLOPE MINIMUM 1% AWAY FROM BUILDINGS, WALLS, ETC., IN THE DIRECTION OF SITE DRAINAGE. x CONCRETE JOINTS: CONTRACTOR SHALL INSTALL JOINTS AS NOTED OR PER CIVIL ENGINEER SPECIFICATIONS x CONCRETE WALKS (LESS THAN 8" - 0"): A TOOLED CONTROL JOINT, AT 1/4 DEPTH OF CONCRETE, SHALL BE PLACED 5' - 0" O.C. MAX., AT ALL CHANGES IN DIRECTION AND AT ALL INSIDE CORNERS. EXPANSION JOINTS WITH PREMOLDED 3/8" ASPHALTIC JOINT OR ETHAFOAM FELT (OR PER CIVIL SPECIFICATIONS), SHALL BE PLACED 20' - 0" O.C. MAX.x CONCRETE PAVING: A TOOLED CONTROL JOINT AT 1/4 DEPTH OF CONCRETE, SHALL BE PLACED AT PLUS/MINUS 40 SQ. FEET MAXIMUM, ALL CHANGES IN DIRECTION AND AT ALL INSIDE CORNERS. EXPANSION JOINTS WITH PREMOLDED 3/8" ASPHALTIC JOINT OR ETHAFOAM FELT (OR PER CIVIL SPECIFICATIONS), SHALL BE PLACED AT ±160 SQ. FT. MAX. 23.ADJOINING EXISTING CONCRETE SURFACES: CONCRETE DESIGNATED ON PLANS TO MEET ALL EXISTING CONCRETE WALKS, DRIVEWAYS ETC. SHALL BE FLUSH AND INCLUDE AN EXPANSION JOINT BETWEEN THE SURFACES. 24.DEFECTS: ALL DEFECTS IN CONCRETE WORK SHALL BE CORRECTED AT THE CONTRACTOR'S EXPENSE TO THE SATISFACTION OF THE CITY OF MOORPARK. E. MASONRY NOTES 1.SCOPE OF WORK: CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIALS, EQUIPMENT AND SERVICES TO CONSTRUCT MASONRY STRUCTURES INDICATED ON THESE PLANS. 2.PLAN VERIFICATION: THE CONTRACTOR SHALL NOTIFY CITY OF MOORPARK AND LANDSCAPE ARCHITECT IMMEDIATELY OF ANY DISCREPANCIES OR OMISSIONS ON ALL DRAWINGS. 3.LICENSE: THE MASONRY CONTRACTOR SHALL BE A C-29 CALIFORNIA LICENSED MASONRY CONTRACTOR, OR A C-27 LICENSED LANDSCAPE CONTRACTOR IF MASONRY IS APPURTENANT TO LANDSCAPE WORK. 4.UNIFORM BUILDING CODE: ALL MASONRY CONSTRUCTION SHALL CONFORM TO THE CURRENT EDITION OF THE UNIFORM BUILDING CODE, MASONRY DESIGN MANUAL AND ALL APPLICABLE GOVERNING AGENCIES. 5.FIELD VERIFICATION: CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND SITE CONDITIONS BEFORE STARTING WORK. OWNER AND LANDSCAPE ARCHITECT SHALL BE NOTIFIED IMMEDIATELY OF ANY DISCREPANCIES. 6.COORDINATION : CONTRACTOR SHALL COORDINATE WITH APPROPRIATE TRADES TO LOCATE PIPE SLEEVES, IRRIGATION, DRAINAGE, ELECTRICAL ETC., BENEATH OR EMBEDDED IN MASONRY WALLS, BEFORE STARTING WORK. 7.SOIL PREPARATION: ALL EXCAVATION, GRADING, COMPACTION, ETC. SHALL BE IN ACCORDANCE WITH RECOMMENDATIONS OF THE CIVIL ENGINEERS PLANS. ALL SOIL MODIFICATIONS SHALL BE UNDER THE DIRECTION OF THE CIVIL ENGINEER 8.ROCK AND SAND SPECIFICATIONS: SAND AND AGGREGATE FOR MASONRY SHALL BE CLEAN NATURAL MATERIALS CONFORMING TO ASTM DESIGNATION C-144 AND C-404. 9.WATER: WATER FOR CONCRETE SHALL BE CLEAN AND FREE FROM DELETERIOUS SUBSTANCES. 10.CEMENT: CEMENT SHALL BE PORTLAND CEMENT TO CONFORMING TO CURRENT REQUIREMENTS OF ASTM C-150, TYPE I OR TYPE II. 11.CONCRETE BLOCK : MASONRY UNITS SHALL BE TYPE II UNITS CONFORMING TO ASTM C-90 AND IN ADDITION THE REQUIREMENTS OF THE QUALITY CONTROL STANDARDS OF THE CONCRETE MASONRY ASSOCIATION OF CALIFORNIA. SIZE, TEXTURE & COLOR SHALL BE SHOWN ON DRAWINGS. 12.EXECUTION: LAY MASONRY IN STRAIGHT COURSES IN RUNNING BOND, TRUE TO PLANE AND PLUMB WITHIN 1/8" IN 10 FEET. FACES OF MASONRY UNITS SHALL BE ALL IN ONE PLANE. MAKE HORIZONTAL AND VERTICAL MORTAR JOINTS 3/8" THICK. TOOL ALL JOINTS FLUSH. CUT UNITS WITH MASONRY SAW. 13.MORTAR: MORTAR SHALL BE TYPE 'S' AND CONFORM TO ASTM C-270. UNIFORMLY MIX IN THE RATIO 1 PART PORTLAND CEMENT TO 1/2 PART HYDRATED LIME OT 3 PART SAND. MORTAR TO MATCH COLOR OF BLOCK OR PER PLAN. 14.GROUT : GROUT SHALL BE A FLUID CONSISTENCY AND MIXED IN THE RATIO BY VOLUME, 1 PART CEMENT, 3 PARTS SAND, OR 1 PART CEMENT, 3 PARTS SAND, 2 PARTS PEAGRAVEL. GROUT SHALL ATTAIN A MINIMUM COMPRESSION STRENGTH OF 2,000 P.S.I. @ 28 DAYS. 15.COMPRESSIVE STRENGTH OF CONCRETE: ALL CONCRETE SHALL ATTAIN A MINIMUM COMPRESSIVE STRENGTH OF 2,500 P.S.I. AT 28 DAYS OR PER CIVIL ENGINEER'S RECOMMENDATIONS WITH A SLUMP NOT TO EXCEED 4" CONFORMING WITH ASTM C-39. CONCRETE SHALL CONSIST OF A MINIMUM 5 SACK PORTLAND CEMENT/SAND/GRAVEL MIX, CONFORMING WITH ASTM C-150. 16.MASONRY REINFORCING STEEL: STEEL SHALL BE DEFORMED BILLET STEEL CONFORMING TO ASTM A-615 EXCEPT THAT 1/4" TIES MAY BE PLAIN BARS. WIRE REINFORCEMENT SHALL CONFORM TO ASTM A-82. 17.REBAR: ACCURATELY PLACE REINFORCING STEEL AS SHOWN ON THE DRAWINGS, POSITIVELY SECURED AND SUPPORTED, NOT EXCEEDING 200 BAR DIAMETERS. IN SUCH A MANNER THAT NO MOVEMENT OCCURS WHEN GROUT IS POURED. REINFORCING AND THE WIRES SHALL BE EMBEDDED IN THE GROUT. LENGTH OF LAPPED SPLICE SHALL BE A MINIMUM OF 40 BAR DIAMETERS FOR TENSION, 30 BAR DIAMETERS FOR COMPRESSION. THE THICKNESS OF THE GROUT BETWEEN MASONRY UNITS AND REINFORCING SHALL BE A MINIMUM OF 1/4" FOR FINE GROUT AND 1/2" MINIMUM FOR COURSE GROUT. 18.FOOTINGS: CONCRETE FOOTINGS SHALL BE OF THE SIZE AND TYPE AS INDICATED ON DRAWINGS OR AS PER CIVIL ENGINEER'S SPECIFICATIONS. EARTHFORMS MAY BE USED FOR FOOTINGS ONLY WHERE SOIL IS FIRM AND STABLE AND CONCRETE WILL NOT BE EXPOSED. 19.WELDING: WELDING OF REINFORCING STEEL SHALL CONFORM TO AWS D12-1 AND REQUIREMENTS OF THE AMERICAN WELDING SOCIETY. 20.GROUTING: : ALL MASONRY SHALL BE REINFORCED, GROUT SOLID ALL CELLS WHICH CONTAIN REBAR, BOLTS ETC. GROUT CELLS BELOW GRADE SOLID. ALL REINFORCEMENT, BOLTS ETC. IN MASONRY SHALL HAVE A MINIMUM GROUT COVERAGE OF 3/4". 21.BELOW GRADE CONSTRUCTION: MASONRY CONTRACTOR SHALL BE RESPONSIBLE FOR BACKFILLING ALL WALLS TO GRADES PER PLAN (OR PER CIVIL ENGINEER), FINISH GRADE FOR RUNOFF SWALE BEHIND ALL WALLS, PERFORATED DRAIN LINES COMPLETE AND CONNECTED TO DRAINAGE SYSTEM OR STREET, WATERPROOFING ALL WALLS BELOW BELOW GRADE AND ALL EXCAVATION NECESSARY FOR THE EXECUTION OF MASONRY WORK. ALL RETAINING WALLS SHALL BE ADEQUATELY SHORED DURING BACKFILL OPERATION. 22.EXPANSION JOINTS: CONTRACTOR SHALL PROVIDE EXPANSION JOINTS AT CORNERS AND AT 30' - 0" ON CENTER OR AS REQUIRED BY GOVERNING AGENCY. 23.SURPLUS SOIL: MASONRY CONTRACTOR SHALL BE RESPONSIBLE FOR CLEARING ALL 'SPOILS' OR SURPLUS SOIL ON SITE AS A RESULT OF MASONRY WORK. 24.MASONRY SAMPLE: CONTRACTOR SHALL PROVIDE TO CITY OF MOORPARK A 4' x 6' SAMPLE PANEL OF ALL MASONRY WALL TYPES ON PLANS. SAMPLES SHALL BE APPROVED BY THE CITY OF MOORPARK AND LANDSCAPE ARCHITECT PRIOR TO CONSTRUCTION. 25.MASONRY VENEER/TILE: ALL TILE, BRICKS, PAVERS, PRECAST CONCRETE VENEER AND CAPS SPECIFIED ON PLANS TO BE APPLIED PER MANUFACTURER'S RECOMMENDATIONS. 26.SPECIAL MASONRY WALL MATERIALS: ALL SPECIAL WALL MATERIALS, FOAM ETC. SHALL CONFORM TO ALL SPECIFICATIONS AND RECOMMENDED INSTALLATION PROCEDURES OF MANUFACTURER. 27.DEFECTS: ALL DEFECTS IN MASONRY WORK SHALL BE CORRECTED THROUGH THE GUARANTEE PERIOD SPECIFIED HEREIN AT THE CONTRACTOR'S EXPENSE TO THE SATISFACTION OF THE CITY OF MOORPARK. 263 T R (NOT A PART) LI M I T O F W O R K A T P L LIMIT OF WORK AT PL WA L N U T ST . HIGH ST. 11 1 1 1" 4 E AB P 2 1" 2 1¼1¼ ¾¾ ¾ ¾¾¾E CTTR LIMIT OF WORK AT PL(NOT A PART) BUILDING B WA L N U T ST . H IGH ST. 1 1 1 3 1" 4 AB P E E 5 1" 6 4 1" 2 ¼1¼1¼ 1¼1¼1¼1¼1¼ ¾ ¾ ¾¾¾¾¾ ¾¾¾¾ ¾ ¾ ¾ 1¼ ¾ E T R T R LIMIT OF WORK AT PL(NOT A PART) MAIL H IGH S T. 1 EM MVFS X C 1¼ 1¼ 1¼1¼1¼ 1¼ ¾1¼ FOR IRRIGATION NOTES,SEE SHEET 30 Know what's below. before you dig.Call R PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO RP A R K CALIFO R N I A I N C O RP ORATED J U L Y 1 1983 42MPK 24-01 C009 KEY MAP N.T.S. HIGH ST. MO O R P A R K A V E . L ICENSE D L A N DSCAPE A R C H I T E CTSignature M ARKA L A N S C H ATTIN G E R # 3 2 35 Renewal Date Date 03-31-25 S T A TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 NORTH SCALE: 1" = 10' 0 5' 10' 20' MA T C H L I N E ' B ' - S E E B E L O W L E F T MA T C H L I N E ' C ' - S E E S H E E T 3 0 MA T C H L I N E ' A ' - S E E A B O V E R I G H T MA T C H L I N E ' B ' - S E E A B O V E R I G H T MA T C H L I N E ' A ' - S E E B E L O W L E F T 29 IRRIGATIONPLAN "I HAVE COMPLIED WITH THE CRITERIA OF THE ORDINANCE AND APPLIED THEM ACCORDINGLY FOR THE EFFICIENT USE OF WATER IN THE IRRIGATION DESIGN PLAN." PROTECT & WORK AROUND THE HISTORIC PEPPER TREES, NATIVE OAKS, AND MATURE TREES TO REMAIN PER THE ARBORIST REPORT, SEC. 5 "TREE PROTECTION PLAN" ON SHEET 37. REDUCED PRESSURE BACKFLOW PREVENTER3/4" PRESSURE-REDUCING MASTER VALVE: SET TO PSI WHEN ZONE IS OPERATING. 1"448 WATER METER #1 WATER SERVICE INFORMATION WATER METER REF. NO.: DEDICATED LANDSCAPE IRRIGATION WATER METER SERVICE LINE SIZE **:WATER METER SIZE **: (PER WATER IMPROVEMENT PLANS BY CIVIL ENGINEER) METER ADDRESS: METER STATION POINT: EXISTING WATER PRESSURE:PSI. MINIMUM OPERATING PRESSURE:PSI. PEAK IRRIGATION DEMAND:GPM. TYPE OF SOURCE: #1 POTABLE 1" 3/4" (TO BE ASSIGNED) 7+13 HIGH STREET 95 58 6 THE BACKFLOW DEVICE MUST BE TESTED A MINIMUM OF ONCE A YEAR. WATER METER FOR ONSITE IRRIGATION SYSTEM. (NOT A PART) CONTROLLER 29 WHENEVER ANY ITEM OF "DISTRIBUTION & CONTROL EQUIPMENT"IS SIZED SMALLER THAN THE MAIN LINE OR LATERAL LINE PIPINGON WHICH IT IS PLACED, THE REDUCTION IN PIPE SIZE SHALL ONLYOCCUR AT THE THREADED FITTING WHICH ADAPTS THE PIPE TOTHE PIECE OF EQUIPMENT. FS X MV STA.# size GPM M E P AB C 1 4 MATCHLINE - SEE SHEET 31 TOP PIPING & SLEEVE LOCATIONS ARE DIAGRAMMATIC. INSTALL PIPING & SLEEVES IN A COMMON TRENCH PER DETAILS A-1 & A-3 ON SHT. 32, CLEAR OF THE STREET LIGHT FOUNDATIONS. PIPING & SLEEVE LOCATIONS ARE DIAGRAMMATIC. INSTALL PIPING & SLEEVES IN A COMMON TRENCH PER DETAILS A-1 & A-3 ON SHT. 32, CLEAR OF THE STREET LIGHT FOUNDATIONS. REFER TO THE FOLLOWING PLANS FOR THESE COMPONENTS OF THE IRRIGATION SYSTEM: x WATER SERVICE & METER - COUNTY OF VENTURA WATERWORKS DISTRICT NO. 1 "HIGH STREET WATER PLANS" x SLEEVES UNDER VEHICULAR PAVING - CIVIL ENGINEER'S "HIGH STREET STREET IMPROVEMENT PLANS" x 120-VOLT ELECTRIC SERVICE FOR THE IRRIGATION CONTROLLER - HIGH STREET NEW ELECTRICAL SITE PLAN & ELECTRICAL DETAILS PROTECT & WORK AROUND THE HISTORIC PEPPER TREES, NATIVE OAKS, AND MATURE TREES TO REMAIN PER THE ARBORIST REPORT, SEC. 5 "TREE PROTECTION PLAN" ON SHEET 37. 264 T T LIMIT OF WORK AT PL(NOT A PART) BA R D ST . HIGHST. R 6 1" 4 1¼1¼ 1¼ ¾ ¾¾ 1¼ 1¼ E E ¾ ¾ 1¼ 1¼ T R T R LIMIT OF WORK AT PL(NOT A PART) HIG HST. E 8 1" 6 1¼1¼ 1" ¾ ¾ ¾ E 7 1" 1 ¾ 4 1" ¾ 1¼ Know what's below. before you dig.Call R 30 MA T C H L I N E ' D ' - S E E B E L O W L E F T MA T C H L I N E ' C ' - S E E S H E E T 2 9 MA T C H L I N E ' D ' - S E E A B O V E R I G H T PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO RP A R K CALIFO R N I A I N C O RP ORATED J U L Y 1 1983 42MPK 24-01 C009 KEY MAP N.T.S. HIGH ST. MO O R P A R K A V E . L ICENSE D L A N DSCAPE A R C H I T E CTSignature M ARKA L A N S C H ATTIN G E R # 3 2 35 Renewal Date Date 03-31-25 S T A TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 IRRIGATIONPLAN "I HAVE COMPLIED WITH THE CRITERIA OF THE ORDINANCE AND APPLIED THEM ACCORDINGLY FOR THE EFFICIENT USE OF WATER IN THE IRRIGATION DESIGN PLAN." 30 DRIPLINE INSTALLATION NOTES 1. ALL DRIPLINE, FITTINGS, FILTERS, PRESSURE REGULATORS, AIR VACUUM RELIEF VALVES, ANDFLUSH VALVES SHALL BE FURNISHED BY THE MANUFACTURER LISTED IN THE LEGEND; ANDSHALL BE INSTALLED AS PER THE LEGEND, THE DETAILS, AND THE MANUFACTURERS'RECOMMENDATIONS. 2. DRIPLINE SHALL GENERALLY BE LAID OUT AS FOLLOWS:A. DRIPLINE IS INSTALLED AROUND THE ENTIRE EDGE OF THE AREA TO BE IRRIGATED.(1) DISTANCES FROM THE EDGE OF THE IRRIGATED AREA ARE:(a) 2-4" NEXT TO ASPHALT, CONCRETE PAVING, OR “HARDSCAPE”. (b) 2-4" OUTSIDE OF UNCONTAINED LANDSCAPES.(2) AT CORNERS, THE DRIPLINE MAY BE CURVED, DOWN TO A MINIMUM RADIUS OF 15 INCHES.FOR CORNERS SHARPER THAN THIS, ELBOWS (OR TEES, AS APPLICABLE) SHALL BE USED.B. DRIPLINE IS INSTALLED THROUGHOUT THE ENTIRE AREA TO BE IRRIGATED, AND IS CONNECTED WITH TEES TO THE DRIPLINE LAID AROUND THE EDGE.(1) ON FLAT GROUND (LESS THAN 3%):(a) DRIPLINE SHALL GENERALLY RUN PARALLEL TO THE LONGEST SIDE OF THE AREA TO BEIRRIGATED.(b) DRIPLINES SHALL BE EVENLY SPACED AT A DISTANCE NOT TO EXCEED THE ON-CENTER(O.C.) SPACING INDICATED IN THE LEGEND.(2) ON SLOPES (3% OR STEEPER):(a) DRIPLINE SHALL GENERALLY RUN PARALLEL TO CONTOUR LINES, NOT UP AND DOWNTHE SLOPE. (b) DRIPLINES SHALL BE SPACED AT 125% OF ON-CENTER SPACING ON THE LOWERONE-THIRD OF THE SLOPE.C. THE RESULTING GRID OF DRIPLINE SHALL BE A "CLOSED LOOP" SYSTEM, EXCEPT IN NARROW AREAS WHICH ARE ONLY WIDE ENOUGH FOR ONE DRIPLINE. 3. ON LOOPED DRIPLINE SYSTEMS WITH A SINGLE POINT OF SUPPLY, THE SUPPLY CONNECTIONSHALL BE MADE ON THE PERIMETER OF THE LOOP, AND THE CONNECTION SHALL BE LOCATEDON THE OPPOSITE SIDE OF THE LOOP FROM THE FLUSH VALVE. 4. THE IRRIGATION CONTRACTOR SHALL THOROUGHLY FLUSH ALL LATERALS AND DRIPLINES PRIORTO INSTALLATION OF FLUSH VALVES AND AIR VACUUM RELIEF VALVES. 5. LOCATION OF FLUSH VALVES ON THE PLANS IS DIAGRAMMATIC ONLY. FLUSH VALVES SHALL BELOCATED AT THE LOWEST POINT IN ELEVATION OPPOSITE THE POINT OF SUPPLY ON LOOPEDDRIPLINE SYSTEMS, AND AT THE END OF THE LINE ON SINGULAR RUNS OF DRIPLINE. 6. LOCATION OF AIR VACUUM RELIEF VALVES ON THE PLANS IS DIAGRAMMATIC ONLY. AIR VACUUMRELIEF VALVES SHALL BE LOCATED AT THE HIGHEST POINT IN ELEVATION ON LOOPED ORSINGULAR DRIPLINES.9/5/24 IRRIGATION NOTES 1. INSTALL ALL EQUIPMENT AS SHOWN IN THE DETAILS AND/OR AS STATED IN THE WRITTENSPECIFICATIONS PREPARED BY THE LANDSCAPE ARCHITECT AND MANUFACTURER. 2. THIS DESIGN IS DIAGRAMMATIC. ANY EQUIPMENT SHOWN IN PAVED AREAS IS FOR DESIGNCLARIFICATION ONLY, AND IS TO BE INSTALLED WITHIN PLANTED AREAS WHEREVERPOSSIBLE. 3. THE IRRIGATION CONTRACTOR SHALL NOT WILLFULLY INSTALL THE IRRIGATION SYSTEMAS INDICATED ON THE DRAWINGS WHEN IT IS OBVIOUS IN THE FIELD THAT UNKNOWNOBSTRUCTIONS OR GRADE DIFFERENCES EXIST THAT WERE NOT KNOWN DURING DESIGN.SUCH CONDITIONS SHALL BE BROUGHT TO THE ATTENTION OF THE CITY'S AUTHORIZEDREPRESENTATIVE, OR THE LANDSCAPE ARCHITECT, OTHERWISE THE IRRIGATIONCONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ANY NECESSARY REVISIONS. 4. THE SYSTEM DESIGN IS BASED ON THE MINIMUM OPERATING PRESSURE SHOWN AT EACHPOINT OF CONNECTION. THE IRRIGATION CONTRACTOR SHALL VERIFY ALL PRESSURES ONSITE PRIOR TO COMMENCING WITH THE INSTALLATION OF THE IRRIGATION SYSTEM. 5. FINAL LOCATION OF AUTOMATIC CONTROLLER TO BE DETERMINED BY THE CITY'SAUTHORIZED REPRESENTATIVE AND/OR THE LANDSCAPE ARCHITECT. 6. 120-VOLT 60HZ SINGLE PHASE ELECTRICAL POWER FOR THE IRRIGATION CONTROLLER ISTO BE PROVIDED PER THE ELECTRICAL PLANS. 120-VOLT HOOK-UP TO THE CONTROLLER TOBE PERFORMED BY A LICENSED ELECTRICIAN. 7. ALL WIRE FROM THE CONTROLLER TO THE ELECTRIC CONTROL VALVES SHALL BE #14AWG-UF DIRECT BURIAL COPPER WIRE. PILOT WIRES SHALL BE COLOR CODED BYCONTROLLER AND COMMON GROUND WIRES SHALL BE WHITE WITH IDENTIFYING COLORSTRIPE CODED FOR EACH CONTROLLER. CONTRACTOR SHALL INSTALL (1) EXTRA COLORCODED COMMON AND (1) EXTRA PILOT WIRE FROM THE CONTROLLER TO THE FARTHESTVALVE(S) FOR FUTURE USE. INSTALL IN COMMON TRENCH WITH MAIN LINE PIPINGWHEREVER POSSIBLE. FASTEN WIRES TO UNDERSIDE OF MAIN LINE WITH NYLON WIRE TIESAT 10 FT. INTERVALS. PROVIDE A MINIMUM OF 18" OF COVER WHEN NOT ADJACENT TO MAINLINE. 8. ALL WIRE CONNECTIONS SHALL BE MADE IN VALVE BOXES WITH APPROVEDWATERPROOF WIRE CONNECTORS. WIRE SPLICES WILL NOT BE PERMITTED UNLESSAPPROVED BY THE CITY'S AUTHORIZED REPRESENTATIVE, OR THE LANDSCAPE ARCHITECT.WIRE SPLICES SHALL BE LOCATED ON RECORD DRAWINGS AS PER SPECIFICATIONS. 9. PROVIDE A MINIMUM OF 24" OF COVER OVER ALL PRESSURE MAIN LINE PIPING 3" ANDLARGER, 18" OF COVER OVER ALL OTHER PRESSURE MAIN LINE PIPING, AND 12" OVER ALLNON-PRESSURE LATERAL LINE PIPING. PROVIDE A MINIMUM OF 36" COVER OVER ALLSLEEVES UNDER STREETS AND VEHICULAR TRAFFIC AREAS. ALL MAIN LINE PIPING UNDERPAVED AREAS SHALL BE INSTALLED IN SCH. 40 PVC SLEEVES. ALL SLEEVES SHALL BEINSTALLED UNDER PAVED AREAS PRIOR TO PAVING. 10. THE IRRIGATION CONTRACTOR SHALL FLUSH ALL LINES AND ADJUST ALL HEADS FORMAXIMUM PERFORMANCE AND TO PREVENT OVERSPRAY ONTO ALL WALKS, WALLS, FENCES,DRIVES, AND BUILDINGS AS MUCH AS POSSIBLE. THIS WORK SHALL INCLUDE SELECTINGTHE BEST DEGREE OF ARC TO FIT ANY EXISTING SITE CONDITIONS. 11. THE IRRIGATION CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING AND INSTALLINGANTI-DRAIN VALVES AS REQUIRED BY FIELD CONDITIONS TO PREVENT DAMAGE ANDEROSION DUE TO EXCESSIVE LOW HEAD RUNOFF. 12. UPON COMPLETION OF THE JOB, THE CONTRACTOR IS TO PROVIDE THE CITY WITH ASEPIA MYLAR OF THE RECORD IRRIGATION PLANS. 13. THE SYSTEM SHALL BE FULLY GUARANTEED FOR A PERIOD OF ONE YEAR. ANYDEFECTIVE MATERIAL OR POOR WORKMANSHIP SHALL BE REPLACED OR CORRECTED BYTHE IRRIGATION CONTRACTOR AT NO COST TO THE CITY.10/11/24 MATCHLINE - SEE SHEET 31 BOTTOM IN THIS NEW LANDSCAPE AREA ON METROLINK PROPERTY, PROVIDE NEW IRRIGATION ON THE EXISTING IRRIGATION ZONE TO MATCH THE EXISTING SYSTEM.PIPING & SLEEVE LOCATIONS ARE DIAGRAMMATIC. INSTALL PIPING & SLEEVES IN A COMMON TRENCH PER DETAILS A-1 & A-3 ON SHT. 32, CLEAR OF THE STREET LIGHT FOUNDATIONS. IN THIS LANDSCAPE AREA DISRUPTED BY NEW SIDEWALK CONSTRUCTION ON METROLINK PROPERTY, REPAIR & REFURBISH THE EXISTING IRRIGATION SYSTEM TO MATCH EXISTING. REFER TO THE FOLLOWING PLANS FOR THESE COMPONENTS OF THE IRRIGATION SYSTEM: x WATER SERVICE & METER - COUNTY OF VENTURA WATERWORKS DISTRICT NO. 1 "HIGH STREET WATER PLANS" x SLEEVES UNDER VEHICULAR PAVING - CIVIL ENGINEER'S "HIGH STREET STREET IMPROVEMENT PLANS" x 120-VOLT ELECTRIC SERVICE FOR THE IRRIGATION CONTROLLER - HIGH STREET NEW ELECTRICAL SITE PLAN & ELECTRICAL DETAILS PROTECT & WORK AROUND THE HISTORIC PEPPER TREES, NATIVE OAKS, AND MATURE TREES TO REMAIN PER THE ARBORIST REPORT, SEC. 5 "TREE PROTECTION PLAN" ON SHEET 37. NORTH SCALE: 1" = 10' 0 5' 10' 20' FOR IRRIGATION LEGEND,SEE SHEET 29 265 T R BA R D ST . HIGHST. 1¼1¼1¼ 1¼ E ¾ ¾ 10 1" 1 9 1" 2 E 1¼ 1¼ 1¼ 1¼ T RWA L N U T ST . HIGH ST.11 1" 1 E 1¼1¼1¼ 1¼ 1¼ ¾ 12 1" 1 ¾ E Know what's below. before you dig.Call R 31 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO RP A R K CALIFO R N I A I N C O RP ORATED J U L Y 1 1983 42MPK 24-01 C009 KEY MAP N.T.S. HIGH ST. MO O R P A R K A V E . L ICENSE D L A N DSCAPE A R C H I T E CTSignature M ARKA L A N S C H ATTIN G E R # 3 2 35 Renewal Date Date 03-31-25 S T A TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 IRRIGATIONPLAN "I HAVE COMPLIED WITH THE CRITERIA OF THE ORDINANCE AND APPLIED THEM ACCORDINGLY FOR THE EFFICIENT USE OF WATER IN THE IRRIGATION DESIGN PLAN." 31 WHENEVER ANY ITEM OF "DISTRIBUTION & CONTROL EQUIPMENT"IS SIZED SMALLER THAN THE MAIN LINE OR LATERAL LINE PIPINGON WHICH IT IS PLACED, THE REDUCTION IN PIPE SIZE SHALL ONLYOCCUR AT THE THREADED FITTING WHICH ADAPTS THE PIPE TOTHE PIECE OF EQUIPMENT. FS X MV STA.# size GPM M E P AB C 1 4 DRIPLINE INSTALLATION NOTES 1. ALL DRIPLINE, FITTINGS, FILTERS, PRESSURE REGULATORS, AIR VACUUM RELIEF VALVES, ANDFLUSH VALVES SHALL BE FURNISHED BY THE MANUFACTURER LISTED IN THE LEGEND; ANDSHALL BE INSTALLED AS PER THE LEGEND, THE DETAILS, AND THE MANUFACTURERS'RECOMMENDATIONS. 2. DRIPLINE SHALL GENERALLY BE LAID OUT AS FOLLOWS:A. DRIPLINE IS INSTALLED AROUND THE ENTIRE EDGE OF THE AREA TO BE IRRIGATED.(1) DISTANCES FROM THE EDGE OF THE IRRIGATED AREA ARE:(a) 2-4" NEXT TO ASPHALT, CONCRETE PAVING, OR “HARDSCAPE”. (b) 2-4" OUTSIDE OF UNCONTAINED LANDSCAPES.(2) AT CORNERS, THE DRIPLINE MAY BE CURVED, DOWN TO A MINIMUM RADIUS OF 15 INCHES.FOR CORNERS SHARPER THAN THIS, ELBOWS (OR TEES, AS APPLICABLE) SHALL BE USED.B. DRIPLINE IS INSTALLED THROUGHOUT THE ENTIRE AREA TO BE IRRIGATED, AND IS CONNECTED WITH TEES TO THE DRIPLINE LAID AROUND THE EDGE.(1) ON FLAT GROUND (LESS THAN 3%):(a) DRIPLINE SHALL GENERALLY RUN PARALLEL TO THE LONGEST SIDE OF THE AREA TO BEIRRIGATED.(b) DRIPLINES SHALL BE EVENLY SPACED AT A DISTANCE NOT TO EXCEED THE ON-CENTER(O.C.) SPACING INDICATED IN THE LEGEND.(2) ON SLOPES (3% OR STEEPER):(a) DRIPLINE SHALL GENERALLY RUN PARALLEL TO CONTOUR LINES, NOT UP AND DOWNTHE SLOPE. (b) DRIPLINES SHALL BE SPACED AT 125% OF ON-CENTER SPACING ON THE LOWERONE-THIRD OF THE SLOPE.C. THE RESULTING GRID OF DRIPLINE SHALL BE A "CLOSED LOOP" SYSTEM, EXCEPT IN NARROW AREAS WHICH ARE ONLY WIDE ENOUGH FOR ONE DRIPLINE. 3. ON LOOPED DRIPLINE SYSTEMS WITH A SINGLE POINT OF SUPPLY, THE SUPPLY CONNECTIONSHALL BE MADE ON THE PERIMETER OF THE LOOP, AND THE CONNECTION SHALL BE LOCATEDON THE OPPOSITE SIDE OF THE LOOP FROM THE FLUSH VALVE. 4. THE IRRIGATION CONTRACTOR SHALL THOROUGHLY FLUSH ALL LATERALS AND DRIPLINES PRIORTO INSTALLATION OF FLUSH VALVES AND AIR VACUUM RELIEF VALVES. 5. LOCATION OF FLUSH VALVES ON THE PLANS IS DIAGRAMMATIC ONLY. FLUSH VALVES SHALL BELOCATED AT THE LOWEST POINT IN ELEVATION OPPOSITE THE POINT OF SUPPLY ON LOOPEDDRIPLINE SYSTEMS, AND AT THE END OF THE LINE ON SINGULAR RUNS OF DRIPLINE. 6. LOCATION OF AIR VACUUM RELIEF VALVES ON THE PLANS IS DIAGRAMMATIC ONLY. AIR VACUUMRELIEF VALVES SHALL BE LOCATED AT THE HIGHEST POINT IN ELEVATION ON LOOPED ORSINGULAR DRIPLINES.9/5/24 IRRIGATION NOTES 1. INSTALL ALL EQUIPMENT AS SHOWN IN THE DETAILS AND/OR AS STATED IN THE WRITTENSPECIFICATIONS PREPARED BY THE LANDSCAPE ARCHITECT AND MANUFACTURER. 2. THIS DESIGN IS DIAGRAMMATIC. ANY EQUIPMENT SHOWN IN PAVED AREAS IS FOR DESIGNCLARIFICATION ONLY, AND IS TO BE INSTALLED WITHIN PLANTED AREAS WHEREVERPOSSIBLE. 3. THE IRRIGATION CONTRACTOR SHALL NOT WILLFULLY INSTALL THE IRRIGATION SYSTEMAS INDICATED ON THE DRAWINGS WHEN IT IS OBVIOUS IN THE FIELD THAT UNKNOWNOBSTRUCTIONS OR GRADE DIFFERENCES EXIST THAT WERE NOT KNOWN DURING DESIGN.SUCH CONDITIONS SHALL BE BROUGHT TO THE ATTENTION OF THE CITY'S AUTHORIZEDREPRESENTATIVE, OR THE LANDSCAPE ARCHITECT, OTHERWISE THE IRRIGATIONCONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ANY NECESSARY REVISIONS. 4. THE SYSTEM DESIGN IS BASED ON THE MINIMUM OPERATING PRESSURE SHOWN AT EACHPOINT OF CONNECTION. THE IRRIGATION CONTRACTOR SHALL VERIFY ALL PRESSURES ONSITE PRIOR TO COMMENCING WITH THE INSTALLATION OF THE IRRIGATION SYSTEM. 5. FINAL LOCATION OF AUTOMATIC CONTROLLER TO BE DETERMINED BY THE CITY'SAUTHORIZED REPRESENTATIVE AND/OR THE LANDSCAPE ARCHITECT. 6. 120-VOLT 60HZ SINGLE PHASE ELECTRICAL POWER FOR THE IRRIGATION CONTROLLER ISTO BE PROVIDED PER THE ELECTRICAL PLANS. 120-VOLT HOOK-UP TO THE CONTROLLER TOBE PERFORMED BY A LICENSED ELECTRICIAN. 7. ALL WIRE FROM THE CONTROLLER TO THE ELECTRIC CONTROL VALVES SHALL BE #14AWG-UF DIRECT BURIAL COPPER WIRE. PILOT WIRES SHALL BE COLOR CODED BYCONTROLLER AND COMMON GROUND WIRES SHALL BE WHITE WITH IDENTIFYING COLORSTRIPE CODED FOR EACH CONTROLLER. CONTRACTOR SHALL INSTALL (1) EXTRA COLORCODED COMMON AND (1) EXTRA PILOT WIRE FROM THE CONTROLLER TO THE FARTHESTVALVE(S) FOR FUTURE USE. INSTALL IN COMMON TRENCH WITH MAIN LINE PIPINGWHEREVER POSSIBLE. FASTEN WIRES TO UNDERSIDE OF MAIN LINE WITH NYLON WIRE TIESAT 10 FT. INTERVALS. PROVIDE A MINIMUM OF 18" OF COVER WHEN NOT ADJACENT TO MAINLINE. 8. ALL WIRE CONNECTIONS SHALL BE MADE IN VALVE BOXES WITH APPROVEDWATERPROOF WIRE CONNECTORS. WIRE SPLICES WILL NOT BE PERMITTED UNLESSAPPROVED BY THE CITY'S AUTHORIZED REPRESENTATIVE, OR THE LANDSCAPE ARCHITECT.WIRE SPLICES SHALL BE LOCATED ON RECORD DRAWINGS AS PER SPECIFICATIONS. 9. PROVIDE A MINIMUM OF 24" OF COVER OVER ALL PRESSURE MAIN LINE PIPING 3" ANDLARGER, 18" OF COVER OVER ALL OTHER PRESSURE MAIN LINE PIPING, AND 12" OVER ALLNON-PRESSURE LATERAL LINE PIPING. PROVIDE A MINIMUM OF 36" COVER OVER ALLSLEEVES UNDER STREETS AND VEHICULAR TRAFFIC AREAS. ALL MAIN LINE PIPING UNDERPAVED AREAS SHALL BE INSTALLED IN SCH. 40 PVC SLEEVES. ALL SLEEVES SHALL BEINSTALLED UNDER PAVED AREAS PRIOR TO PAVING. 10. THE IRRIGATION CONTRACTOR SHALL FLUSH ALL LINES AND ADJUST ALL HEADS FORMAXIMUM PERFORMANCE AND TO PREVENT OVERSPRAY ONTO ALL WALKS, WALLS, FENCES,DRIVES, AND BUILDINGS AS MUCH AS POSSIBLE. THIS WORK SHALL INCLUDE SELECTINGTHE BEST DEGREE OF ARC TO FIT ANY EXISTING SITE CONDITIONS. 11. THE IRRIGATION CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING AND INSTALLINGANTI-DRAIN VALVES AS REQUIRED BY FIELD CONDITIONS TO PREVENT DAMAGE ANDEROSION DUE TO EXCESSIVE LOW HEAD RUNOFF. 12. UPON COMPLETION OF THE JOB, THE CONTRACTOR IS TO PROVIDE THE CITY WITH ASEPIA MYLAR OF THE RECORD IRRIGATION PLANS. 13. THE SYSTEM SHALL BE FULLY GUARANTEED FOR A PERIOD OF ONE YEAR. ANYDEFECTIVE MATERIAL OR POOR WORKMANSHIP SHALL BE REPLACED OR CORRECTED BYTHE IRRIGATION CONTRACTOR AT NO COST TO THE CITY.10/11/24 MATCHLINE - SEE SHEET 29 MIDDLE MATCHLINE - SEE SHEET 30 TOP NORTH SCALE: 1" = 10' 0 5' 10' 20' CAP MAIN LINE WITHIN A RECTANGULAR VALVE BOX IN THIS LOCATION FOR FUTURE USE. PROTECT & WORK AROUND THE HISTORIC PEPPER TREES, NATIVE OAKS, AND MATURE TREES TO REMAIN PER THE ARBORIST REPORT, SEC. 5 "TREE PROTECTION PLAN" ON SHEET 37. 266 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO RP A R K CALIFO R N I A I N C O RP ORATED J U L Y 1 1983 42MPK 24-01 C009 L ICENSE D L A N DSCAPE A R C H I T E CTSignature M ARKA L A N S C H ATTIN G E R # 3 2 35 Renewal Date Date 03-31-25 S T A TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 32 IRRIGATIONDETAILS 267 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO RP A R K CALIFO R N I A I N C O RP ORATED J U L Y 1 1983 42MPK 24-01 C009 L ICENSE D L A N DSCAPE A R C H I T E CTSignature M ARKA L A N S C H ATTIN G E R # 3 2 35 Renewal Date Date 03-31-25 S T A TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 33 IRRIGATIONDETAILS 268 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO RP A R K CALIFO R N I A I N C O RP ORATED J U L Y 1 1983 42MPK 24-01 C009 L ICENSE D L A N DSCAPE A R C H I T E CTSignature M ARKA L A N S C H ATTIN G E R # 3 2 35 Renewal Date Date 03-31-25 S T A TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 34 SCHEDULES FOR LANDSCAPE ESTABLISHMENT CITY IRRIGATION DETAILS& IRRIGATION SCHEDULES 269 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO RP A R K CALIFO R N I A I N C O RP ORATED J U L Y 1 1983 42MPK 24-01 C009 L ICENSE D L A N DSCAPE A R C H I T E CTSignature M ARKA L A N S C H ATTIN G E R # 3 2 35 Renewal Date Date 03-31-25 S T A TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 35 IRRIGATION SCHEDULES& SPECIFICATIONS IRRIGATION SPECIFICATIONS ARTICLE 1 - GENERAL REQUIREMENTS 1. SCOPE OF WORK 1.1. Supply all work and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery, and installation of "Landscape Irrigation" complete, as shown on the Drawings, and/or specified herein. 1.2. The intent of the Drawings and specifications is to indicate and specify a complete and efficient irrigation system ready for use in accordance with the manufacturer's recommendations and meeting the approval of the City's authorized representative without further cost of labor and material to the City. 2. SPECIAL REQUIREMENTS 2.1. All work called for on the Drawings by notes shall be furnished and installed whether or not specifically mentioned in the specifications. 2.2. Any equipment installed by the Contractor and deemed to be for the use of the City in various situations (i.e. gate valves, control valves, etc.) shall be so installed as to be readily accessible and quickly operable by the City. Equipment deemed by the City to be inoperable for its intended purpose shall be reinstalled by the Contractor in an operable position before approval will be given. 2.3. Replace and/or repair to the satisfaction of the City all existing landscaping or paving disturbed during the course of this work. New landscaping or paving shall be the same type, strength, texture, finish, and be equal in every way to the material removed. 3. SUBMITTALS 3.1. Materials List: Prior to any installation of any work, submit a detailed list of all materials proposed for use in the project, to the City and/or his representative for approval. Submit typewritten materials list using the following format: DESCRIPTION MANUFACTURER MODEL NO. Controller (brand) (model) Main line pipe (brand) (model) Quick coupler (brand) (model) etc. etc. 3.2. Certificates: Submit manufacturer's certification that plastic pipe and fittings comply with specification requirements. 3.3. Record Drawings: 3.3.1. Record all changes which are made from the contract Drawings, including changes in pressure and non-pressure lines. 3.3.2. Record changes in ink on a set of black line prints of the Drawings. Maintain changes current daily. Keep drawings at the site at all times and available for review by the City and/or Landscape Architect. Do not use these prints for any other purpose. 3.3.3. When construction has been completed, transfer all changes to a set of reproducible plans. Make changes in permanent ink. Changes using a ball point pen are not acceptable. Remove original lines and dimensions where changes are made. Completed reproducible plans shall be equal to the original Drawings; with all line work clear and sharp, and lettering legible. 3.3.4. Locate all dimensions from two permanent reference points (buildings, monuments, sidewalks, curbs or pavements). Make dimensions accurately to same scale used on Drawings. Show dimensioned locations and depths for each of the following: Point of connection. Basket strainers. Backflow preventers. Irrigation pressure main line routing. Provide dimensions for each 100 L.F. (minimum) along each routing, and for each change in direction. Gate valves, master valves, pressure reducing valves, irrigation control valves and quick coupler valves. Control wire routing (if different from main line). Main line, lateral line and control wire sleeving. Stubs for future use. Other related items as may be directed by the Landscape Architect or City. 4. CONTROLLER CHARTS 4.1. Do not prepare charts until record drawings have been approved by the Landscape Architect and/or City. 4.2. Provide one controller chart(s) for each automatic controller installed. Size chart to suit controller door size. Use both sides of chart if necessary to retain full legibility. 4.3. Chart shall be a black line on white background print or photo reduction of the record drawing, showing the area covered by that controller. Identify each area of coverage, for each station, with a pastel color coding. 4.4. When charts are approved by the Landscape Architect, they shall be hermetically sealed between two layers of 20 mil thick plastic sheet. 4.5. Charts must be completed and approved prior to final review of irrigation system and/or release from maintenance period. 5. OPERATING / MAINTENANCE MANUALS 5.1. Provide one individually bound manual detailing operation and maintenance requirements for irrigation systems. Assemble material in vinyl covered 3-ring binders. 5.2. Provide the following in each manual: Index sheet stating irrigation contractor's name, address, telephone number and name of person to contact. Duration of guarantee period. Equipment list (provide the following for each item:) Manufacturer's name. Make and model number. Name and address of local manufacturer's representative. Spare parts list in detail. Manufacturer's detailed operating and maintenance instructions for major equipment such as controllers, backflow preventers, pumps, etc. Manufacturer's warranties. 6. OPERATING AND MAINTENANCE TOOLS Deliver the following items to the City when work is completed and prior to final acceptance of Work: 6.1. Record drawings ("As-built" plans). 6.2. Backflow assembly test report. 6.3. Four (4) sets of keys for each automatic controller and enclosure. 6.4. Laminated and color-coded irrigation control charts. 6.5. One (1) quick coupler key, with bronze garden valve attached, for every ten (10) quick coupling valves installed on the project. Keys shall be compatible with the quick coupling valves specified on the project. 7. MATERIAL APPROVALS 7.1. Substitution of any product, material, or equipment without the City's or Landscape Architect's prior written approval, will not be permitted. 7.2. Any item installed without such prior approval shall be removed from the work and from the work site. 7.3. Approval of any item, substitution or alternate is based on information or samples provided by the Contractor. 7.4. Contractor shall be responsible for the total performance of such substitution to equal or surpass the original design in every respect. 7.5. If the substitution proves to be unsatisfactory in the City's and/or Landscape Architect's opinion, Contractor shall remove such work and replace it with the originally specified item, including installation, at no additional cost to the City or Landscape Architect. 7.6. Landscape Architect may, at his option, require a manufacturer's warranty on any substitution offered for use. 8. SITE VISITS 8.1. Unless notified otherwise by the City or Landscape Architect, the following reviews be required and will be made by the Landscape Architect in company with the Contractor: Pressure supply line installation and testing. System layout. Coverage tests. Final review. 8.2. Contractor's responsibilities: 8.2.1. Notify all required parties forty-eight (48) hours in advance of making the above reviews. 8.2.2. Provide "walkie-talkie" equipment to facilitate communication between the review area and the system controller. Contractor may at his option provide sufficient personnel to maintain necessary communication. 8.2.3. Provide current record drawings at each required review phase. 8.3. If in the Landscape Architect's opinion, the Work scheduled for observation is not ready, the Contractor shall reimburse the Landscape Architect and/or City for the Landscape Architect's time. 8.4. When reviews are made by other than the Landscape Architect, show evidence including date and party making such review. 9. GUARANTEE 9.1. Guarantee the irrigation system to be free of all defects in materials and workmanship for a period of one year from date of acceptance by the City. 9.2. If accepted in phases, provide a written guarantee for each segment of the project; state date of completion and guarantee period by dates. 9.3. Manufacturer's warranties shall not relieve Contractor of any liability under the specified guarantee. Such warranties are intended to only supplement the contractor's guarantee. 9.4. Correct all problems which develop in the system due to faulty materials or workmanship during the guarantee period. 9.5. Repair or replace such work as directed by the Landscape Architect. 9.6. Make repairs and replacements promptly when notified. 9.7. The City reserves the right to make temporary repairs as necessary to keep systems in operating condition without voided the contractor's guarantee, nor relieving the Contractor of his responsibilities during the guarantee period. SCHEDULES FOR ESTABLISHED LANDSCAPE 270 IRRIGATIONSPECIFICATIONS (cont'd)PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO RP A R K CALIFO R N I A I N C O RP ORATED J U L Y 1 1983 42MPK 24-01 C009 L ICENSE D L A N DSCAPE A R C H I T E CTSignature M ARKA L A N S C H ATTIN G E R # 3 2 35 Renewal Date Date 03-31-25 S T A TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 36 ARTICLE 2 - PRODUCTS 1. GENERAL All materials shall be of first quality and of the same manufacturer and model as specified in the irrigation legend unless noted otherwise. 2. COPPER PIPE AND FITTINGS 2.1. Copper pipe shall be type "K", hard tempered ASTM B88 and fittings shall be wrought solder joint type in accordance with ANSI B16.22. 2.2. Joints shall be soldered with silver solder: 45% silver, 15% copper, 16% zinc, 24% cadmium, solidify at 1.125 F. and liquefy at 1,145 F., conforming to specifications ASTM B206-52T and Federal QQB 00655. 3. BRASS PIPE AND FITTINGS 3.1. Brass pipe shall be 85% red brass, American National Standard Institute (ANSI), Schedule 40 screwed pipe. 3.2. Fittings shall be medium brass, screwed 125 pound class. 4. Fittings shall be medium brass, screwed 125 pound class.Fittings shall be medium brass, screwed 125 pound class.PLASTIC PIPE AND FITTINGS 4.1. Solvent weld pipe shall be extruded of an improved PVC virgin pipe compound featuring high tensile strength, high chemical resistance, and high impact strength. In terms of the current ASTM Standard D-1784, or D-2241, this compound shall meet the requirements of cell classification 12454B for pipe. This compound must have 2,000 p.s.i. hydrostatic design stress rating. 4.2. All pipe must bear the following markings: Manufacturer's name, nominal pipe size, schedule or class, pressure rating p.s.i., and NSF (National Sanitation Foundation). The manufacturer shall also mark the date of extrusion. 4.3. All fittings, unless otherwise noted, shall be injection molded of an improved PVC fitting compound featuring high tensile strength, high chemical resistance, and high impact strength. In terms of the current ASTM Standard D-1784-69, the compound must meet the requirements described in cell classification 13454B. Where threads are required in plastic fittings, these shall be injection molded also. All tees and ells shall be side gated. 4.4. All fittings shall bear the company's name or trademark, material designation, size, applicable I.P.S. schedule, and NSF seal of approval. 4.5. All fittings shall be minimum standard weight Schedule 40. 4.6. All threaded nipples, unless otherwise noted, shall be standard weight Schedule 80, with molded threads. 4.7. Solvent cement for plastic pipe and fittings shall be as recommended by the manufacturers of the pipe and fittings. The high chemical resistance of the pipe and fitting compounds specified makes it mandatory that an aggressive primer, which is a true solvent for PVC, be used in conjunction with a solvent cement designed for the fit of pipe and fittings of each size range specified. 5. ASSEMBLIES The following equipment shall be as indicated on the Drawings, unless approval for substitution is obtained in writing prior to installation: Controller assembly and options. Rain and weather sensors. Reduced-pressure backflow preventer. Y-strainers. Valves: Ball valves Master valves Electric control valves Quick coupling valves Root watering systems Low volume or "drip" irrigation equipment and accessories. 6. VALVE BOXES 6.1. Valve boxes shall be fabricated from durable, weather resistant plastic material which is resistant to sunlight and the chemical action of soils, except in traffic areas, where boxes shall be concrete with cast iron lids of a type suitable for traffic installation. 6.2. The valve box cover shall be secured with a hidden latch mechanism or stainless steel bolts. 6.3. The cover and box shall be capable of sustaining a load of 1,500 pounds. 6.4. Valve box extensions shall be by the same manufacturer as the valve box. 6.5. Ball valve boxes shall be round plastic boxes with bolt-down covers marked "IRRIGATION CONTROL VALVE"; and be manufactured by AMETEK or approved equal. 6.6. Remote control valve boxes shall be rectangular plastic boxes with bolt-down covers marked "CONTROL VALVE" and with the controller and valve number marked on a tag attached to the control wire between the valve and pig tail. 7. HIGH VOLTAGE ELECTRICAL 7.1. New electrical meter will be provided per the electrical plans. 7.2. Connection to the automatic controller will be provided per the electrical plans. 7.3. All electrical equipment installed outside building shall be Nema 3 type, waterproofed for such installation. 8. LOW VOLTAGE WIRING 8.1. Connections between the controller and remote control valves shall be made with direct burial AWG-UF type solid copper wire. 8.2. Wire shall be #14 in size, unless noted otherwise on the plans. 8.3. All low voltage wiring shall be color coded by controller. Each controller on the project shall have three unique colors of wires: one color each for common, control, and spare wires. ARTICLE 3 - EXECUTION 1. GENERAL 1.1. Meter size and Available Pressure / Water Supply: The Contractor shall verify the on-site static water pressure and service line and meter size prior to proceeding with any work. Should the Contractor proceed with work and subsequently find that the water pressure is not equal to or greater than that which is stated on the Drawings, the Contractor will assume responsibility for all work which needs to be replaced or modified at no additional cost to the City. This includes all equipment and materials whether or not they are shown on the Drawings. 1.2. Source of Water Supply: The Contractor shall verify and be familiar with the location, size and detail of stub-outs provided as the source of water supply to the irrigation system as shown on the plans. 1.3. All plot dimensions are approximate. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions and shall report any variations to the City's authorized representative. 1.4. Examine surfaces for conditions that will adversely affect execution, performance and quality of Work. 1.5. Verify that grading has been completed, so that the Work of this Section can proceed and that specified depths for buried materials can be maintained. Notify the City and Landscape Architect in writing, describing all unacceptable conditions. Do not proceed with Work until such conditions are corrected. 1.6. Prior to cutting into the soil, the Contractor shall locate all cables, conduits, sewers, septic tanks, and other such utilities as are commonly encountered underground and he shall take proper precautions not to damage or disturb such improvements. If a conflict exists between such obstacles and the proposed work, notify the City's authorized representative. The Contractor will proceed in the same manner if rock layer or any other condition encountered underground makes changes advisable. 1.7. Permission to shut off any water lines must be obtained from the City and County, who will make the necessary arrangements with the Water Purveyor. Disruption of existing systems shall be kept to a minimum. 1.8. Do not willfully install the irrigation system as indicated on the Drawings when it is obvious in the field that unknown obstructions or grade differences exist that were not known during design; or if discrepancies in construction details, legend, or specific notes are discovered. All such obstructions or discrepancies shall be brought to the attention of the City's authorized representative, or the Landscape Architect. In the event this is not done, the Contractor shall assume full responsibility for any necessary revisions. 1.9. The Contractor shall verify the correctness of all finish grades within the work area after construction in order to ensure the proper soil coverage (as specified) of the irrigation system pipes. 2. PRODUCT HANDLING 2.1. Delivery: Deliver materials in manufacturer's original unopened containers, with each container identified with manufacturer's name, brand or type. 2.2. Storage: Store materials at a location as directed by the City. Store materials in an orderly manner. Avoid interference with other construction activities. 2.3. Protection: Protect all materials to prevent intrusion of dirt and moisture. Protect the installed work and materials or other trades. 3. WATER SUPPLY Connections to the existing source or meter shall be at the approximate locations shown on the Drawings. Minor changes caused by actual site conditions shall be made without additional cost to the City. 4. LAYOUT 4.1. Irrigation lines indicated on the Drawings are diagrammatic. Coordinate installation of all materials, including piping, with all Contract Drawings to avoid conflicts with trees, shrubs, plants, drain lines, sleeves and all underground utilities. 4.2. Layout sprinkler heads and make any minor adjustments required due to differences between actual site conditions and the Drawings. Minor adjustments will be acceptable within the parameters established by the original design intent. 5. EXCAVATIONS 5.1. Excavations shall be of open vertical construction sufficiently wide to provide free working space around the work installed and to provide ample space for backfilling and tamping. 5.2. Trenches for pipe shall be cut to required grade lines, and compacted to provide an accurate grade and uniform bearing for the full length of line. 5.3. All lines shall have a minimum clearance of four (4) inches vertically and two (2) inches horizontally from each other, and six (6) inches, in any direction, from the lines of other trades. 5.4. Parallel lines shall not be installed directly over one another. 5.5. Provide the minimum cover over all lines noted on the Drawings. 5.6. Where it is necessary to excavate adjacent to existing trees, protect and work around the trees to remain per the Arborist Report, sec. 5 "Tree Protection Plan" on the planting plans. 6. BACKFILLING 6.1. Backfilling shall not commence until the installed irrigation system has been inspected and approved. 6.2. Initial backfill on all lines shall be of a fine granular material with no foreign matter larger than 1/2 inch in size. 6.3. Provide sand backfill a minimum of two (2) inches below and six (6) inches over all piping under paved areas, unless noted otherwise. 6.4. Backfill for trenching shall be compacted to dry density equal to the adjacent undisturbed soil and shall conform to adjacent grades without dips, sunken areas, humps or other irregularities. 6.5. Under no circumstances shall a truck and/or tractor wheel be used for compacting the soil. 7. JOINING OF PIPES 7.1. The Contractor is responsible to be familiar with any and all methods of assembling, joining and installation of the various types of pipe to be used. He will adhere in strict accordance with the manufacturer's recommended procedures. If during any phase of the Work the City or City's representative finds that the Contractor or any of his workmen are not familiar with the recommended procedures, the Contractor shall arrange with the manufacturer of the particular product for the services of a qualified manufacturer's representative to instruct workmen in the proper procedures. 7.2. Exercise care in handling, loading, unloading and storing of the plastic pipe and fittings; store plastic pipe and fittings under cover until ready to install; transport plastic pipe on a vehicle with a bed long enough to allow the pipe to lie flat; avoid undue bending and any concentrated external load. 7.3. Carefully inspect all pipe and fittings before installation, removing all dirt, scale and burrs; install the pipe with all markings up for visual inspection and verification. 7.4. Tape all open ends of pipe during installation to prevent entry of any foreign matter into the system. 7.5. In solvent welding, use only the specified primer and solvent cement and make all joints in strict accordance with the manufacturer's recommended methods; allow the solvent welds at least fifteen (15) minutes set up time before moving or handling and 24 hours curing time before filling or as recommended by manufacturer, whichever is greater. 7.6. 360 degree applicators shall be used to apply primer and solvent. 7.7. For plastic to metal connections, work the metal connections first. Use a non-hardening pipe dope on all threaded connections, except where otherwise noted. 7.8. Remove all dented and damaged pipe sections. 8. PIPING UNDER EXISTING PAVING 8.1. Piping under existing pavement may be installed by jacking, boring or hydraulic driving. However, no hydraulic driving will be permitted under asphalt paving. 8.2. Secure permission from City's representative before cutting or breaking existing pavement. All necessary repairs and replacements shall be approved by the City's representative, and shall be at no additional cost to the City. 9. ASSEMBLIES 9.1. Install all assemblies specified herein according to the respective detail drawings and specifications. 9.2. Install backflow assemblies in shrub areas or as indicated on the Drawings and at a minimum height required by local governing codes. 9.3. Valves: 9.3.1. Ball valves shall be the full size of the line in which they are installed unless otherwise specified. 9.3.2. Control valves shall be located as indicated on the Drawings and within a plant bed whenever possible. 9.3.3. Control valves shall be adjusted so a uniform distribution of water is applied by sprinkler heads of the planting areas for each individual valve system. 9.3.4. Quick coupler valves, unless otherwise indicated, shall be located within 6 to 18 inches of hardscape (preferably within a plant bed). 9.4. Root watering systems shall be located and installed as indicated on the Drawings and in the details. 10. VALVE BOXES 10.1. Provide at all locations indicated. Install within plant beds, not within turf areas, wherever possible. 10.2. The top of plastic valve boxes shall be one (1) inch above the designated finish grade in lawn areas and three (3) inches above the finish grade in ground cover areas. Where dimensions permit, up to three (3) remote control valves may be installed in each box. 10.3. Valve boxes located near walks, curbs and paving shall be installed in such a way as to allow for valve boxes to abut those items with the top surface matching adjacent plans of the aforementioned items. 11. LOW VOLTAGE WIRING 11.1. All low voltage work shall be installed by the contractor. 11.2. Wiring shall occupy the same trench and shall be installed along the same route as the pressure main lines wherever possible. 11.3. Wiring shall be bundled together, tucked under the main line for protection from shovels, and fastened to the main line with nylon wire ties at intervals of 10 feet. 11.4. Use continuous copper wires between controller and remote control valves. Splice wires between the controller and remote control valves only when absolutely necessary. All splices shall be installed in an approved box and so marked on the lid. 11.5. All wire connections and splices shall be made using approved waterproof sealing connectors. An expansion loop of 12 inches shall be provided at each wire connection and/or directional turn. 12. PRESSURE TEST 12.1. All hydrostatic tests shall be made only in the presence of the City or other duly authorized representative of the City. No pipe shall be backfilled until it has been inspected and tested. 12.2. Furnish the necessary force pump and all other test equipment. 12.3. All pressure lines shall be tested for three (3) hours under hydrostatic pressure of 150 pounds per square inch, and all non-pressure lines shall be tested for three (3) hours under the existing static pressure and both proven to be water tight. 13. ADJUSTING THE SYSTEMS 13.1. Adjust valves in conjunction with the alignment and coverage of all sprinkler heads. 13.2. If it is determined that adjustments in the irrigation equipment or nozzle changes will provide proper and more adequate coverage, make all such changes or make arrangements with the manufacturer to have adjustments made prior to planting. 13.3. The entire system shall be operating properly before any lawn or ground cover planting operations commence. 13.4. These changes or adjustments shall be made without additional cost to the City. 13.5. The Contractor is responsible for periodic checking of the system's operation and adjustment as necessary. 14. COVERAGE TEST When the irrigation system is completed, perform a coverage test in the presence of the City and/or his representative, to determine if the water coverage for planting and turf areas is complete and adequate. Furnish all materials and perform all work required to correct any inadequacies. This test shall be accomplished before any ground cover or turf is planted. (Optional at the discretion of the City.) 15. IRRIGATION AUDIT 15.1. All landscape irrigation audits shall be conducted by a certified landscape irrigation auditor. 15.2. For new construction and rehabilitated landscape projects installed after January 1, 2010 : 15.2.1. The project applicant shall submit an irrigation audit report with the Certificate of Completion to the local agency that may include, but is not limited to: inspection, system tune-up, system test with distribution uniformity, reporting overspray or run off that causes overland flow, and preparation of an irrigation schedule. 15.3. The City will contract with the irrigation auditor. 16. TEMPORARY REPAIRS The City reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the City shall not relieve the Contractor of his responsibilities under the terms of the warranty as herein specified. 17. OPERATING INSTRUCTIONS 17.1. Train the City's maintenance personnel in the proper operation of all major equipment, including the recommended winterization procedures. 17.2. Provide this training at the City's convenience and at no additional cost to the City. END OF IRRIGATION SPECIFICATIONS 271 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 LICENSE D L A N DSCAPE AR C H I T E C TSignature M A RKAL A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 37 ARBORIST REPORT 272 T R (NOT A PART) LI M I T O F W O R K A T P L LIMIT OF WORK AT PL W AL N U T ST . H IGH ST. AS SA SCH MOL 36"box 3 SA SA AS AS AS AS AS SA W WABSA SASASA W W W SASA ASAS AB AB W W SASASA SA SA SASA SA SASA ASAS ASASW AS AS SASA ABAB AB AB AB SASASASASASA AB ABAB AB AB SA CTTR LIMIT OF WORK AT PL(NOT A PART) BUILDING B WA L N U T ST . HIGH ST. SA ASAS GC GC GC GC GC MC MCBHBH GC GC GC SA SA SA GC GC GC GC GC GCSA BH AS GC GC GC GC GC GC GC GC GC ASAS AS SA 36"box SCH MOL1 GC GC SA SASA GC SASASA SASASASASASASASASASA SASASASA SASA SASASASA SA SASA SA SASA SA SASASA SA WW W SA SA SA W SA 36"box SCH MOL2 GC SASAWSA W SA W SA GC SASA SA SA SA SASASASASASA SA AB AB AB ABAB AB AB AB AB BH BH BH BH BH BHBHBHBH T R T R LIMIT OF WORK AT PL(NOT A PART) MAIL H IGH S T. SA AS AS AS BH GC ASAS 36"box SCH MOL1 GC SA SASASA AS ASAS SA SA BH AS AS SA SA SASASASA BH BH BH BHSASA SASASASASA CODE BOTANICAL / COMMON NAME SIZE WUCOLS CANOPY QTY TREESSCH MOL SCHINUS MOLLE CALIFORNIA PEPPER 36"BOX LOW 18'7 SYMBOL BOTANICAL / COMMON NAME SIZE WUCOLS SPACING QTY SHRUBS ALOE STRIATA CORAL ALOE 5 GAL LOW 24" o.c.1,685 ALOE X `BLUE ELF` BLUE ELF ALOE 5 GAL LOW 24" o.c. 22 BULBINE FRUTESCENS `HALLMARK` HALLMARK BULBINE 5 GAL LOW 24" o.c.65 CALLISTEMON VIMINALIS `LITTLE JOHN` LITTLE JOHN WEEPING BOTTLEBRUSH 5 GAL LOW 36" o.c. 52 DIANELLA REVOLUTA 'LITTLE REV' LITTLE REV FLAX LILY 5 GAL LOW 12" o.c.317 GREVILLEA JUNIPERINA `H22` GOLD CLUSTER™ GREVILLEA 5 GAL LOW 36" o.c. 64 MUHLENBERGIA CAPILLARIS PINK MUHLY GRASS 5 GAL LOW 36" o.c.22 PENSTEMON H. 'MARGARITA BOP' MARGARITA BOP PENSTEMON 5 GAL LOW 18" o.c. 132 SALVIA SONOMENSIS CREEPING SAGE 1 GAL LOW 12" o.c.219 SESLERIA AUTUMNALIS AUTUMN MOOR GRASS 5 GAL LOW 18" o.c. 297 WESTRINGIA FRUTICOSA `WES06` LOW HORIZON™ COAST ROSEMARY 5 GAL LOW 36" o.c. 27 AS AB BH GC MC SA W PLANT SCHEDULE WUCOLS REGION 3 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 KEY MAP N.T.S. HIGH ST. MO O R P A R K A V E . LICENSE D L A N DSCAPE AR C H I T E C TSignature M A RKAL A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 NORTH SCALE: 1" = 10' 0 5'10' 20' 38 TREE AND SHRUB PLANTING PLAN MA T C H L I N E - S E E S H E E T B E L O W L E F T - C MA T C H L I N E - S E E S H E E T 3 9 - D MA T C H L I N E - S E E S H E E T A B O V E R I G H T - A MA T C H L I N E - S E E S H E E T A B O V E R I G H T - B MA T C H L I N E - S E E S H E E T B E L O W L E F T - B TREE ROOT BARRIER NOTE: ROOT BARRIERS ARE REQUIRED AT ALL SCHINUS MOLLE TREES TO PROTECT SIDEWALK, WALLS, STRUCTURES, CURBS, PAVING, PUBLIC IMPROVEMENTS WITHIN R.O.W. (TYP.), WATER, SEWER, STORM DRAIN, ETC. TREE PLACEMENT NOTE: CONTRACTOR TO LOCATE ALL DRAINLINES IN FIELD PRIOR TO THE INSTALLATION OF TREES. CONTRACTOR SHALL NOTIFY LANDSCAPE ARCHITECT OF ANY CONFLICT WITH TREE OR PALM LOCATIONS WITH STORM DRAIN LINES. AGRONOMIC SOILS REPORT NOTE: CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ONE (1) AGRONOMIC SOILS TESTS and INSTALL PLANT MATERIAL PER REPORT and SOIL RECOMMENDATIONS. SOIL TEST LOCATIONS ALONG HIGH STREET SEE LOCATION ON THE PLAN. S TREE STAKING NOTE: ALL TREES TO BE STAKED PER CITY OF MOORPARK TREE STAKING DETAIL. SEE DETAIL. ALL SHRUB AREAS 12" - 1" FOREST FLOOR BARK MULCH (3" THICK)AVAILABLE THROUGH PEACH HILL SOILS, MOORPARK, CA. (805)529-6164 OR APPROVED EQUAL - SUBMIT SAMPLES TO LANDSCAPE ARCHITECT OR OWNERS REPRESENTATIVE FOR APPROVAL, PRIOR TO PURCHASE AND/OR PLACEMENT. PLACE ON AMENDED SOIL (PER AGRONOMIC SOILS REPORT) MULCH NOTE: QUANTITIES NOTE: CONTRACTOR TO NOTE THAT THE QUANTITIES ON LEGEND AND PLANT CALLOUTS HAVE BEEN PROVIDED FOR QUICK REFERENCE ONLY. IT IS RECOMMENDED THAT THE CONTRACTOR NOT RELY ON THE ACCURACY OF THESE QUANTITIES AND PROVIDE THEIR OWN PLANT MATERIAL COUNTS AT THE TIME OF PREPARING BID. ANY DISCREPANCY IN THE PLANT QUANTITIES AND SIZES SHOULD BE BROUGHT TO THE IMMEDIATE ATTENTION OF THE LANDSCAPE ARCHITECT. LANDSCAPE ELEMENTS OVER 30" IN HEIGHT (INCLUDING PLANTING MEASURES AT MATURAITY) ARE NOT ALLOWED AT STREET CONERS WITHIN A TRIANGULAR ZONE DRAWN FROM 2 POINTS, 25' OUTWARD FROM BEGINING OF CURVES AND END OF CURVES. LINE-OF-SIGHT NOTE WUCOLS, WATER USE CLASSIFICATION OF LANDSCAPE SPECIES, IS A UNIVERSITY OF CALIFORNIA COOPERATIVE EXTENSION PUBLICATION AND IS A GUIDE TO THE WATER NEEDS OF LANDSCAPE PLANTS. WUCOLS NOTE: FOR TREE and SHRUB PLANS SEE SHEETS 38, 39, and 40 FOR GENERAL PLANTING NOTES SEE SHEETS 39 and 40 FOR PLANTING DETAILS SEE SHEET 41 FOR PLANTING SPECIFICATIONS SEE SHEET 42 REFERENCE NOTES: EXISTING PEPPER TREES, TO BE PROTECTED IN PLACE. BARK MULCH ONLY TYP. AT EXISTING PEPPER TREES BARK MULCH ONLY TYP. AT EXISTING PEPPER TREES EXISTING PEPPER TREES, TO BE PROTECTED IN PLACE. (By Others) (By Others) MATCHLINE - SEE SHEET 40 MATCHLINE - SEE SHEET 40 3938 40 273 T T LIMIT OF WORK AT PL(NOT A PART) B A R D ST . H IGH ST. R BHBH BH MC MC GC AS ASAS SA BH BH SASA SA SA SA SA MC MC BH MC MC SASASA SA SA SASA SASA SA SA SA SA SA SA SA SASA SA SA SASA SA GC GC SASA SASA SA SA BHBHBHBH BH BH BH BH BH BH BH BH T R T R LIMIT OF WORK AT PL(NOT A PART) H I GH ST . GC GC GC GC AS AS AS AS AS AS SA AS AS AS ASSA MC MCBH BH ASAS AS ASAS SASA SASA BH BHSA SA SASASA SASASASA SA SASASA SA SA SA SASA SA SA ASASASAS AS AS SASASA SASA SASASASA SASASASAWSASASASA SASASA GC BH BH BH SASASASASA WWW AS ASAS AS ASAS AS AS SASA SASA SAGC GC GC GC SA SASA SA SA SASA GC MC MC MC MC MC MC AS ASAS AS ASAS AS GC MC ASMCMC AS GC GC GC GC GC GC GC BH BHBH BHBHBH BHBHBH SASASA SASASA SASASA BH BH BH BH BH BH BH AS AS AS AS AS MC MC MC AS SASASASASASASA CODE BOTANICAL / COMMON NAME SIZE WUCOLS CANOPY QTY TREESSCH MOL SCHINUS MOLLE CALIFORNIA PEPPER 36"BOX LOW 18'7 SYMBOL BOTANICAL / COMMON NAME SIZE WUCOLS SPACING QTY SHRUBS ALOE STRIATA CORAL ALOE 5 GAL LOW 24" o.c.1,685 ALOE X `BLUE ELF` BLUE ELF ALOE 5 GAL LOW 24" o.c. 22 BULBINE FRUTESCENS `HALLMARK` HALLMARK BULBINE 5 GAL LOW 24" o.c.65 CALLISTEMON VIMINALIS `LITTLE JOHN` LITTLE JOHN WEEPING BOTTLEBRUSH 5 GAL LOW 36" o.c. 52 DIANELLA REVOLUTA 'LITTLE REV' LITTLE REV FLAX LILY 5 GAL LOW 12" o.c.317 GREVILLEA JUNIPERINA `H22` GOLD CLUSTER™ GREVILLEA 5 GAL LOW 36" o.c. 64 MUHLENBERGIA CAPILLARIS PINK MUHLY GRASS 5 GAL LOW 36" o.c.22 PENSTEMON H. 'MARGARITA BOP' MARGARITA BOP PENSTEMON 5 GAL LOW 18" o.c. 132 SALVIA SONOMENSIS CREEPING SAGE 1 GAL LOW 12" o.c.219 SESLERIA AUTUMNALIS AUTUMN MOOR GRASS 5 GAL LOW 18" o.c. 297 WESTRINGIA FRUTICOSA `WES06` LOW HORIZON™ COAST ROSEMARY 5 GAL LOW 36" o.c. 27 AS AB BH GC MC SA W PLANT SCHEDULE WUCOLS REGION 3 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 KEY MAP N.T.S. HIGH ST. MO O R P A R K A V E . LICENSE D L A N DSCAPE AR C H I T E C TSignature M A RKAL A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 NORTH SCALE: 1" = 10' 0 5'10' 20' 39 MA T C H L I N E - S E E S H E E T B E L O W L E F T - E MA T C H L I N E - S E E S H E E T 3 8 - C MA T C H L I N E - S E E S H E E T A B O V E R I G H T - D TREE AND SHRUB PLANTING PLAN TREE ROOT BARRIER NOTE: ROOT BARRIERS ARE REQUIRED AT ALL SCHINUS MOLLE TREES TO PROTECT SIDEWALK, WALLS, STRUCTURES, CURBS, PAVING, PUBLIC IMPROVEMENTS WITHIN R.O.W. (TYP.), WATER, SEWER, STORM DRAIN, ETC. TREE PLACEMENT NOTE: CONTRACTOR TO LOCATE ALL DRAINLINES IN FIELD PRIOR TO THE INSTALLATION OF TREES. CONTRACTOR SHALL NOTIFY LANDSCAPE ARCHITECT OF ANY CONFLICT WITH TREE OR PALM LOCATIONS WITH STORM DRAIN LINES. AGRONOMIC SOILS REPORT NOTE: CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ONE (1) AGRONOMIC SOILS TESTS and INSTALL PLANT MATERIAL PER REPORT and SOIL RECOMMENDATIONS. SOIL TEST LOCATIONS ALONG HIGH STREET SEE LOCATION ON THE PLAN. S 1. PRIOR TO ANY FINE GRADING OR PLANTING, CONTRACTOR SHALL OBTAIN AGRONOMIC SOIL REPORTS AND SOIL AMENDMENT RECOMMENDATIONS PER SPECIFICATIONS, WHICH SHALL SUPERSEDE THOSE WITHIN THE SPECIFICATIONS. SEE NOTE ABOVE FOR LOCATIONS. 2. LANDSCAPE ARCHITECT TO APPROVE ALL PLANT MATERIAL NOT LESS THAN 1 WEEK PRIOR TO ANTICIPATED DELIVERY DATE. 3. CONTRACTOR SHALL REMOVE ALL GROWER STAKES, TAGS AND RIBBONS. 4. LANDSCAPE CONTRACTOR SHALL MAINTAIN PROPER DRAINAGE AND DIRECT ALL WATER TO DRAINAGE INLETS SO AS TO PREVENT STANDING WATER. 5. THE LANDSCAPE CONTRACTOR SHALL MAINTAIN ALL PLANTED AREAS FOR A PERIOD OF 90 DAYS AFTER "START OF MAINTENANCE" PERIOD. 6. CONTRACTOR SHALL GUARANTEE SHRUBS FOR 6 MONTHS AND TREE AND PALM MATERIAL FOR 12 MONTHS (1 YEAR). 7. LANDSCAPE ARCHITECT SHALL APPROVE PLANT MATERIAL PLACEMENT PRIOR TO INSTALLATION. 8. NO TREES SHALL BE PLANTED CLOSER THAN 5' TO A BUILDING OR ROOF STRUCTURE. NO TREES SHALL BE PLANTED CLOSER THAN 5' TO PAVING OR FREESTANDING WALLS UNLESS DIRECTED BY THE LANDSCAPE ARCHITECT. 9. TREES OR PALMS SHALL NOT BE PLANTED WHERE FUTURE GROWTH WILL OBVIOUSLY CONFLICT WITH ROOF OVERHANGS. 10. NO SHRUBS OR TREES SHALL BE PLANTED THAT WILL CREATE A VISUAL OBSTRUCTION TO SIGHT LINE OF VEHICLE TRAFFIC. 11. TREES OR PALMS PLANTED IN LANDSCAPE AREAS OF LESS THAN 5' IN WIDTH SHALL BE INSTALLED WITH APPROVED ROOT BARRIERS. 12. ANY PLANTING SHOWN ON THE PLANS OR EXISTING IN THE FIELD THAT CONTRADICTS THESE CRITERIA IS TO BE BROUGHT TO THE ATTENTION OF THE LANDSCAPE ARCHITECT FOR RESOLUTION. FAILURE TO DO SO MAY RESULT IN THE CONTRACTOR TO REMOVE OR RELOCATE PLANT MATERIAL. GENERAL PLANTING NOTES: SOIL TEST LOCATION S TREE STAKING NOTE: ALL TREES TO BE STAKED PER CITY OF MOORPARK TREE STAKING DETAIL. SEE DETAIL. ALL SHRUB AREAS 12" - 1" FOREST FLOOR BARK MULCH (3" THICK)AVAILABLE THROUGH PEACH HILL SOILS, MOORPARK, CA. (805)529-6164 OR APPROVED EQUAL - SUBMIT SAMPLES TO LANDSCAPE ARCHITECT OR OWNERS REPRESENTATIVE FOR APPROVAL, PRIOR TO PURCHASE AND/OR PLACEMENT. PLACE ON AMENDED SOIL (PER AGRONOMIC SOILS REPORT) MULCH NOTE: QUANTITIES NOTE: CONTRACTOR TO NOTE THAT THE QUANTITIES ON LEGEND AND PLANT CALLOUTS HAVE BEEN PROVIDED FOR QUICK REFERENCE ONLY. IT IS RECOMMENDED THAT THE CONTRACTOR NOT RELY ON THE ACCURACY OF THESE QUANTITIES AND PROVIDE THEIR OWN PLANT MATERIAL COUNTS AT THE TIME OF PREPARING BID. ANY DISCREPANCY IN THE PLANT QUANTITIES AND SIZES SHOULD BE BROUGHT TO THE IMMEDIATE ATTENTION OF THE LANDSCAPE ARCHITECT. LANDSCAPE ELEMENTS OVER 30" IN HEIGHT (INCLUDING PLANTING MEASURES AT MATURAITY) ARE NOT ALLOWED AT STREET CONERS WITHIN A TRIANGULAR ZONE DRAWN FROM 2 POINTS, 25' OUTWARD FROM BEGINING OF CURVES AND END OF CURVES. LINE-OF-SIGHT NOTE WUCOLS, WATER USE CLASSIFICATION OF LANDSCAPE SPECIES, IS A UNIVERSITY OF CALIFORNIA COOPERATIVE EXTENSION PUBLICATION AND IS A GUIDE TO THE WATER NEEDS OF LANDSCAPE PLANTS. WUCOLS NOTE: FOR TREE and SHRUB PLANS SEE SHEETS 38, 39, and 40 FOR GENERAL PLANTING NOTES SEE SHEETS 39 and 40 FOR PLANTING DETAILS SEE SHEET 41 FOR PLANTING SPECIFICATIONS SEE SHEET 42 REFERENCE NOTES: SHRUB CLEARANCE NOTE: CONTRACTOR TO ENSURE ALL SHRUBS/SUCCULENTS WITH SHARP ARMAMENTS OR POTENTIAL FOR SKIN IRRITATION TO FOLLOW MINIMUM SET BACK FROM PEDESTRIAN WALKWAYS, RAMPS, PLAZAS, AND STAIRS AS FOLLOWS (FROM CENTER OF SHRUB) TO AVOID PEDESTRIAN INJURY: ALOE 'LEO 3711': 3' TOTAL # OF SHRUBS : 2,926 TOTAL "LOW" WATER USE : 2,926 (100 %) SHRUB COUNT NOTE: SHRUBS TO CONSIST OF A MIN. of 80% - 5 GAL or LARGER SHRUBS, AND A MAX. of 20% 1 GAL SHRUBS TOTAL # OF SHRUBS : 2,926 TOTAL 1 GAL SHRUBS : 219 (8 %) TOTAL 5 GAL SHRUBS : 2,707 (92 %) SHRUB SIZE NOTE: TREE PROTECTION NOTE: ONLY HAND TRENCHING WILL BE ALLOWED WITHIN DRIP LINES OF EXISTING TREES, UNLESS OTHERWISE APPROVED IN WRITING BY A CITY REPRESENTATIVE. ANY ROOT ENCOUNTERED TO BE 4" IN DIAMETER OR MORE SHALL BE INSPECTED BY A CITY APPROVED ARBORIST, AND CITY REPRESENTATIVE PRIOR TO CUTTING. EXISTING PEPPER TREES, TO BE PROTECTED IN PLACE. EXISTING PEPPER TREES, TO BE PROTECTED IN PLACE. RELOCATED PEPPER TREE PER COORDINATION WITH DEVELOPER. PLANTING AND IRRIGATION AT RELOCATED PEPPER BARK MULCH ONLY TYP. AT EXISTING PEPPER TREES BARK MULCH ONLY TYP. AT EXISTING PEPPER TREES 3938 40 MATCHLINE - SEE SHEET 40 274 T R BA R D ST . HIG HST. SASASASASA SA SA SA SASA SA SASA SA SA SA GC GCGC AS ASAS AS SA SASASASASA SASA AS ASAS SA AS AS BH BH SASA SA ASAS ASAS GCGCGCSAGC SA SA SASA AS BH BH BH BHGC T RWA LN U T S T. HIGH ST. GC SASASA SASASA AS AS SA SA SASA SA SA SA SASASASA SAW WW W SASA SASA SA SASA SASASA SA SA SA W W W WGC SASASASA SA CODE BOTANICAL / COMMON NAME SIZE WUCOLS CANOPY QTY TREESSCH MOL SCHINUS MOLLE CALIFORNIA PEPPER 36"BOX LOW 18'7 SYMBOL BOTANICAL / COMMON NAME SIZE WUCOLS SPACING QTY SHRUBS ALOE STRIATA CORAL ALOE 5 GAL LOW 24" o.c.1,685 ALOE X `BLUE ELF` BLUE ELF ALOE 5 GAL LOW 24" o.c. 22 BULBINE FRUTESCENS `HALLMARK` HALLMARK BULBINE 5 GAL LOW 24" o.c.65 CALLISTEMON VIMINALIS `LITTLE JOHN` LITTLE JOHN WEEPING BOTTLEBRUSH 5 GAL LOW 36" o.c. 52 DIANELLA REVOLUTA 'LITTLE REV' LITTLE REV FLAX LILY 5 GAL LOW 12" o.c.317 GREVILLEA JUNIPERINA `H22` GOLD CLUSTER™ GREVILLEA 5 GAL LOW 36" o.c. 64 MUHLENBERGIA CAPILLARIS PINK MUHLY GRASS 5 GAL LOW 36" o.c.22 PENSTEMON H. 'MARGARITA BOP' MARGARITA BOP PENSTEMON 5 GAL LOW 18" o.c. 132 SALVIA SONOMENSIS CREEPING SAGE 1 GAL LOW 12" o.c.219 SESLERIA AUTUMNALIS AUTUMN MOOR GRASS 5 GAL LOW 18" o.c. 297 WESTRINGIA FRUTICOSA `WES06` LOW HORIZON™ COAST ROSEMARY 5 GAL LOW 36" o.c. 27 AS AB BH GC MC SA W PLANT SCHEDULE WUCOLS REGION 3 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 KEY MAP N.T.S. HIGH ST. MO O R P A R K A V E . LICENSE D L A N DSCAPE AR C H I T E C TSignature M A RKAL A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 NORTH SCALE: 1" = 10' 0 5'10' 20' 40 ST 39 TREE AND SHRUB PLANTING PLAN TREE ROOT BARRIER NOTE: ROOT BARRIERS ARE REQUIRED AT ALL SCHINUS MOLLE TREES TO PROTECT SIDEWALK, WALLS, STRUCTURES, CURBS, PAVING, PUBLIC IMPROVEMENTS WITHIN R.O.W. (TYP.), WATER, SEWER, STORM DRAIN, ETC. TREE PLACEMENT NOTE: CONTRACTOR TO LOCATE ALL DRAINLINES IN FIELD PRIOR TO THE INSTALLATION OF TREES. CONTRACTOR SHALL NOTIFY LANDSCAPE ARCHITECT OF ANY CONFLICT WITH TREE OR PALM LOCATIONS WITH STORM DRAIN LINES. AGRONOMIC SOILS REPORT NOTE: CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ONE (1) AGRONOMIC SOILS TESTS and INSTALL PLANT MATERIAL PER REPORT and SOIL RECOMMENDATIONS. SOIL TEST LOCATIONS ALONG HIGH STREET SEE LOCATION ON THE PLAN. S 1. PRIOR TO ANY FINE GRADING OR PLANTING, CONTRACTOR SHALL OBTAIN AGRONOMIC SOIL REPORTS AND SOIL AMENDMENT RECOMMENDATIONS PER SPECIFICATIONS, WHICH SHALL SUPERSEDE THOSE WITHIN THE SPECIFICATIONS. SEE NOTE ABOVE FOR LOCATIONS. 2. LANDSCAPE ARCHITECT TO APPROVE ALL PLANT MATERIAL NOT LESS THAN 1 WEEK PRIOR TO ANTICIPATED DELIVERY DATE. 3. CONTRACTOR SHALL REMOVE ALL GROWER STAKES, TAGS AND RIBBONS. 4. LANDSCAPE CONTRACTOR SHALL MAINTAIN PROPER DRAINAGE AND DIRECT ALL WATER TO DRAINAGE INLETS SO AS TO PREVENT STANDING WATER. 5. THE LANDSCAPE CONTRACTOR SHALL MAINTAIN ALL PLANTED AREAS FOR A PERIOD OF 90 DAYS AFTER "START OF MAINTENANCE" PERIOD. 6. CONTRACTOR SHALL GUARANTEE SHRUBS FOR 6 MONTHS AND TREE AND PALM MATERIAL FOR 12 MONTHS (1 YEAR). 7. LANDSCAPE ARCHITECT SHALL APPROVE PLANT MATERIAL PLACEMENT PRIOR TO INSTALLATION. 8. NO TREES SHALL BE PLANTED CLOSER THAN 5' TO A BUILDING OR ROOF STRUCTURE. NO TREES SHALL BE PLANTED CLOSER THAN 5' TO PAVING OR FREESTANDING WALLS UNLESS DIRECTED BY THE LANDSCAPE ARCHITECT. 9. TREES OR PALMS SHALL NOT BE PLANTED WHERE FUTURE GROWTH WILL OBVIOUSLY CONFLICT WITH ROOF OVERHANGS. 10. NO SHRUBS OR TREES SHALL BE PLANTED THAT WILL CREATE A VISUAL OBSTRUCTION TO SIGHT LINE OF VEHICLE TRAFFIC. 11. TREES OR PALMS PLANTED IN LANDSCAPE AREAS OF LESS THAN 5' IN WIDTH SHALL BE INSTALLED WITH APPROVED ROOT BARRIERS. 12. ANY PLANTING SHOWN ON THE PLANS OR EXISTING IN THE FIELD THAT CONTRADICTS THESE CRITERIA IS TO BE BROUGHT TO THE ATTENTION OF THE LANDSCAPE ARCHITECT FOR RESOLUTION. FAILURE TO DO SO MAY RESULT IN THE CONTRACTOR TO REMOVE OR RELOCATE PLANT MATERIAL. GENERAL PLANTING NOTES: TREE STAKING NOTE: ALL TREES TO BE STAKED PER CITY OF MOORPARK TREE STAKING DETAIL. SEE DETAIL. ALL SHRUB AREAS 12" - 1" FOREST FLOOR BARK MULCH (3" THICK)AVAILABLE THROUGH PEACH HILL SOILS, MOORPARK, CA. (805)529-6164 OR APPROVED EQUAL - SUBMIT SAMPLES TO LANDSCAPE ARCHITECT OR OWNERS REPRESENTATIVE FOR APPROVAL, PRIOR TO PURCHASE AND/OR PLACEMENT. PLACE ON AMENDED SOIL (PER AGRONOMIC SOILS REPORT) MULCH NOTE: QUANTITIES NOTE: CONTRACTOR TO NOTE THAT THE QUANTITIES ON LEGEND AND PLANT CALLOUTS HAVE BEEN PROVIDED FOR QUICK REFERENCE ONLY. IT IS RECOMMENDED THAT THE CONTRACTOR NOT RELY ON THE ACCURACY OF THESE QUANTITIES AND PROVIDE THEIR OWN PLANT MATERIAL COUNTS AT THE TIME OF PREPARING BID. ANY DISCREPANCY IN THE PLANT QUANTITIES AND SIZES SHOULD BE BROUGHT TO THE IMMEDIATE ATTENTION OF THE LANDSCAPE ARCHITECT. LANDSCAPE ELEMENTS OVER 30" IN HEIGHT (INCLUDING PLANTING MEASURES AT MATURAITY) ARE NOT ALLOWED AT STREET CONERS WITHIN A TRIANGULAR ZONE DRAWN FROM 2 POINTS, 25' OUTWARD FROM BEGINING OF CURVES AND END OF CURVES. LINE-OF-SIGHT NOTE WUCOLS, WATER USE CLASSIFICATION OF LANDSCAPE SPECIES, IS A UNIVERSITY OF CALIFORNIA COOPERATIVE EXTENSION PUBLICATION AND IS A GUIDE TO THE WATER NEEDS OF LANDSCAPE PLANTS. WUCOLS NOTE: FOR TREE and SHRUB PLANS SEE SHEETS 38, 39, and 40 FOR GENERAL PLANTING NOTES SEE SHEETS 39 and 40 FOR PLANTING DETAILS SEE SHEET 41 FOR PLANTING SPECIFICATIONS SEE SHEET 42 REFERENCE NOTES: SHRUB CLEARANCE NOTE: CONTRACTOR TO ENSURE ALL SHRUBS/SUCCULENTS WITH SHARP ARMAMENTS OR POTENTIAL FOR SKIN IRRITATION TO FOLLOW MINIMUM SET BACK FROM PEDESTRIAN WALKWAYS, RAMPS, PLAZAS, AND STAIRS AS FOLLOWS (FROM CENTER OF SHRUB) TO AVOID PEDESTRIAN INJURY: ALOE 'LEO 3711': 3' TREE PROTECTION NOTE: ONLY HAND TRENCHING WILL BE ALLOWED WITHIN DRIP LINES OF EXISTING TREES, UNLESS OTHERWISE APPROVED IN WRITING BY A CITY REPRESENTATIVE. ANY ROOT ENCOUNTERED TO BE 4" IN DIAMETER OR MORE SHALL BE INSPECTED BY A CITY APPROVED ARBORIST, AND CITY REPRESENTATIVE PRIOR TO CUTTING. 38 MATCHLINE - SEE SHEET 38 MATCHLINE - SEE SHEET 39 40 TOTAL # OF SHRUBS : 2,926 TOTAL "LOW" WATER USE : 2,926 (100 %) SHRUB COUNT NOTE: SHRUBS TO CONSIST OF A MIN. of 80% - 5 GAL or LARGER SHRUBS, AND A MAX. of 20% 1 GAL SHRUBS TOTAL # OF SHRUBS : 2,926 TOTAL 1 GAL SHRUBS : 219 (8 %) TOTAL 5 GAL SHRUBS : 2,707 (92 %) SHRUB SIZE NOTE: 275 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 LICENSE D L A N DSCAPE AR C H I T E C TSignature M A RKAL A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 41 ROOT BARRIER SECTION 5' M I N 5' M I N ROOT BARRIER REQUIRED WHEN TREE IS WITHIN 5' OF HARDSCAPE 18 " M I N . 1. ADJACENT HARDSCAPE/PAVING per PLAN 2. ROOT BARRIER. INSTALL per MANUFACTURER'S RECOMMENDATIONS 3. TREE TRUNK 4. ROOTBALL 5. SUBGRADE per SOILS REPORT 6. FINISH GRADE LEGEND: 3 6 4 5 1 2 2 1 3 PLAN VIEW A B PLANTING DETAILS 2 1 SECTION 2/ 3 LANDSCAPE BOULDER 1/2" = 1'-0" 1. NATURAL BOULDER. SEE MATERIAL BOARD ON SHEET 23 DETAIL D FOR SPECIFICATION. 2. BACKFILLED AND COMPACTED SUBGRADE AROUND BOULDER. 3. FINISH GRADE LEGEND: NOTES: A. BURY 30% OF BOULDER TO CREATE A NATURAL IMPRESSION B. USE STRAPS AND/OR CABLES TO PLACE BOULDERS C. BOULDERS WITH EXCESS SCARRING WILL BE REJECTED D. LOCATE BOULDERS BEST SIDE UP E. SEE PLAN FOR BOULDER SIZE F. WEIGHT IS BASED ON 100 lbs. PER CU. FT. G. BOULDER TO BE FREE AND CLEAN OF CONCRETE, PAINT, ETC. 3 1/ 3 D C 276 PUBLIC WORKS DEPARTMENT CITY OF MOORPARK ENGINEERING DIVISION MOO R P A R K CALIFO R N I A I N C O R P O RATED J U L Y 1 1983 42MPK 24-01 C009 LICENSE D L A N DSCAPE AR C H I T E C TSignature M A RKAL A N S C H ATTIN G E R # 3 235 Renewal Date Date 03-31-25 S TA TE O F C A L I F O R N IA12-10-24 HIGH STREETLANDSCAPE 24-ML-11112 42 NON-TREDDED GALVANIZED PIPE. FURNISH BETWEEN, EXISTING IRRIGATION, EXISTING PLANTING, D. LANDSCAPE GRADING NOTES B. FIELD OBSERVATIONS CONTRACT SHALL BE ACCEPTED, AND NOTICE OF COMPLETIONRECORDED ONLY WHEN THE ENTIRE CONTRACT IS COMPLETEDTO THE SATISFACTION OF THE CITY'S AUTHORIZED : CONTRACTOR SHALL KEEP THE PROJECT SITE CLEAN AND FREE FROM RUBBISH AND DEBRIS.ALL DEBRIS SHALL BE REMOVED FROM SITE PER LOCAL : AT THE COMPLETION OF THEPROJECT, THE CONTRACTOR SHALL INSTRUCT THE CITY OF MOORPARKAUTHORIZED REPRESENTATIVE ON HOW TO PROPERLYMAINTAIN AND CARE FOR LANDSCAPE PLANTINGS. : THE ENTIRE LANDSCAPE INCLUDING ALL WORKDONE UNDER THIS CONTRACT, SHALL BE GUARANTEEDAGAINST ALL DEFECTS AND FAULT OF MATERIAL ANDWORKMANSHIP, AND SHALL BE IN PERFECT WORKING ORDERFOR 90 DAYS FROM DATE OF COMPLETION BY THECONTRACTOR WITHOUT EXPENSE TO THE CITY OF MOORPARK.TREES SHALL BE GUARANTEED FOR ONE (1) YEAR. ALL MATERIALSUSED SHALL CARRY A MANUFACTURER'S GUARANTEE OFMINIMUM ONE (1) YEAR. ANY SETTLING OF TREE/SHRUB WELLSWHICH MAY OCCUR DURING THE 90 DAY PERIOD FINALACCEPTANCE SHALL BE REPAIRED TO THE CITY OF MOORPARK'SSATISFACTION BY THE CONTRACTOR WITHOUT EXPENSE TO THE CITY OF MOORPARK -INCLUDING THE COMPLETE RESTORATION OF ALL DAMAGED PLANTING, PAVING OR OTHER IMPROVEMENTS OF ANY KIND. REPRESENTATIVE. SITE MAINTENANCE CODE AND ORDINANCES. MAINTENANCE INSTRUCTIONS GUARANTEE ARCHITECTURAL FEATURES AND UTILITIES. : ALL SCALE DIMENSIONS ARE APPROXIMATE.WRITTEN DIMENSIONS ON DETAILS AND PLANS TAKE PRECEDENCE OVER SCALED DIMENSIONS. : SEE GENERAL NOTES ON THE DRAWINGS FOR ADDITIONAL WORK REQUIRED, BUT NOT SPECIFICALLY MENTIONED IN THESE SPECIFICATIONS. ALL WORK CALLED FOR ON THE DRAWINGS BY NOTES SHALL BE FURNISHED AND INSTALLED WHETHER OR NOT SPECIFICALLY MENTIONED IN THE SPECIFICATIONS AND/OR : ALL MATERIALS AND EQUIPMENT SPECIFIED INTHESE DRAWINGS SHALL BE NEW AND IN PERFECT CONDITIONOR THE BEST GRADE OF THEIR RESPECTIVE KINDS WHEREINSTALLED AND SHALL BE INSTALLED IN ACCORDANCE WITHTHE MANUFACTURER'S SPECIFICATIONS. : DESIGN, MATERIAL, EQUIPMENT ANDPRODUCTS OTHER THAN THOSE DESCRIBED OR INDICATED ONDRAWINGS MAY BE CONSIDERED FOR USE. WRITTEN APPROVALFOR SUBSTITUTIONS SHALL BE OBTAINED FROM THE CITY OF AND LANDSCAPE ARCHITECT. ALL SUBSTITUTIONS SHALLCONFORM TO LOCAL CODES AND ORDINANCES. ANYEQUIPMENT OR MATERIALS INSTALLED WITHOUT APPROVAL BYTHE CITY OF MOORPARK REPRESENTATIVE OR LANDSCAPEARCHITECT MAY BE REJECTED AND REMOVED AT : THE COMPLETION OF THE SUBSTITUTIONS NOTICE OF COMPLETION PLANTING NOTES DETAILS. MATERIALS DIMENSIONS THE REPORT SHALL BE IMMEDIATELY FORWARDED TO THELANDSCAPE ARCHITECT UPON COMPLETION. 6 YARDS PER 1000 SQ. FT. 100 LBS. PER 1000 SQ. FT.20 LBS. PER 1000 SQ. FT. : THE SOIL AMENDMENTS SPECIFIEDARE FOR BIDDING PURPOSES ONLY.PROVIDE FOR A SOILS AGRONOMY REPORT FROM ANAPPROVED SOILS LABORATORY AND/OR ANY ADDITIONALSPECIFICATION PROVIDED BY THE LANDSCAPE ARCHITECTPRIOR TO INSTALLATION OF PLANT MATERIALS. : ALL LANDSCAPE AREAS SHALL BE : INCORPORATE THE FOLLOWING SOILAMENDMENTS, OR PER SOILS REPORT, IN THE UPPER 6" OF ALLTILLING OR DISKING UNTIL ALL POCKETS AND LAYERS OF SOILAND SOIL CONDITIONERS ARE ELIMINATED. REDWOOD SHAVINGSCOMMERCIAL FERTILIZERGYPSUM SOIL AMENDMENTS CULTIVATION DEPTHCULTIVATED TO A DEPTH OF 6". AMENDMENT MIX F. GROUNDCOVER : STANDARD COMMERCIAL BRAND, GUARANTEED SUPPLIED IN UNOPENED BAGS WITH ANALYSIS ATTACHED. : SHALL BE FINE GROUND, STEAMED, DRY MATERIALWITH A MINIMUM ANALYSIS OF 1% NITROGEN - 30%PHOSPHORIC ACID - 69.5% UNDILUTED BONE. : SAMPLES OF REDWOOD SHAVINGS, STEER MANURE,FERTILIZER AND SEED SHALL BE SUBMITTED FOR APPROVAL ANDSHALL BE STORED ON THE SITE UNTIL FURNISHING OF : CERTIFICATES FOR EACH DELIVERY OF BULKMATERIAL SHALL BE FURNISHED TO THE LANDSCAPE ARCHITECTBY THE CONTRACTOR. CERTIFICATES SHALL STATE THESOURCE, QUANTITY AND TYPE OF MATERIAL AND DATE ANDADDRESS OF THE LOCATIONS IT WAS DELIVERED TO. : THE CONTRACTOR SHALL REMOVE ALLWEEDS, ROCKS, DEBRIS, AND OTHER EXTRANEOUS MATERIALS FROM THE JOB SITE PRIOR TO PROCEEDING WITH ANY WORK. : ALL SOIL PREPARATION SHALL BEINSTALLED AS PER THE SOIL AGRONOMY REPORT SHALL CONTAIN FULL SOIL AMENDMENT RECOMMENDATIONS. ANALYSIS OF 99% SULFUR (EXPRESSED AS ELEMENTAL) SITE PREPARATION SOIL PREPARATION MATERIALS IS COMPLETED. SAMPLES CERTIFICATES SOIL SULFUR BONE MEAL : SHALL BE 20-10-5 ANALYSIS : SHALL BEAR THE MANUFACTURER'S : SHALL BE FLEXIBLE NON-DETERIORATING SELF-FASTENING BLACK VINYL TREE TIES OF THE SIZES REQUIREDTO PROPERLY SUPPORT TREES, "CINCH TIES" OR EQUAL. : CONTRACTOR SHALL INSTALL APPROVEDROOT BARRIERS ON ALL TREES WITHIN FIVE (5) FEET OF : SOD VARIETY SHALL BE PER PLANS. SOD SHALL BESUPPLIED BY PACIFIC SOD OR APPROVED EQUAL, PURCHASED GUARANTEED STATEMENT OF ANALYSIS ND SHALL BECONTROLLED RELEASE TYPE FERTILIZER WITH THE FOLLOWING 16% NITROGEN - 7% PHOSPHORIC ACID - 12% POTASH (+ IRON) : SHALL BE PURE REDWOOD SAWDUSTAND SHAVINGS OR NITROGEN FORTIFIED FIR RESULTING FROMMILLING OPERATIONS AND SHALL NOT CONTAIN STICKS,BLOCKS OF WOOD, OR OTHER FOREIGN MATTER. SOURCESOF SHAVINGS SHALL BE APPROVED BY LANDSCAPE ARCHITECT. FROM A RECOGNIZED TURF NURSERY, FIRST QUALITY, PROLONGED RELEASE NITROGEN. 1 PER 1 GALLON, 2 PER 5 GALLON, 4 PER 15 GALLON, AND 6 PER BOX FOR SPECIMENS REDWOOD SHAVINGS LARGER THAN 15 GALLON OR PER DRAWINGS. COMMERICAL FERTILIZER MINIMUM REQURIEMENTS: AND INSTALL AS INDICATED ON DETAILS. HARDSCAPE, STRUCTURES, ETC. AGRIFORM PLANTING TABLETS SOD TREE TIES ROOT BARRIERS : ALL GROUNDCOVER AREAS NOTED ON PLANSSHALL BE PLANTED WITH ROOTED CUTTING FROM FLATS.PLANT CONTINUOUSLY UNDER TREES AND SHRUBS AT THE : INSTALL PLANS IN AREAS AND TO SPACING ASSHOWN ON THE DRAWINGS IN EVENLY TRIANGULAR SPACED : EXCAVATE PITS A MINIMUM 3" x 4" WITHSUFFICIENT DEPTH TO ALLOW ROOT SYSTEM TO HANG FREE INPIT. PLACE EACH PLANT AT ITS NATURAL GROWING DEPTH ANDFIRM SOIL AROUND BASE OF PLANT WITHOUT PILING AT CROWN. SPACING INDICATED PER PLANS EXCAVATE PITS SPACING ROWS. GENERAL C. MATERIAL NOTES : THE CONTRACTOR IS SOLELY RESPONSIBLE PRECAUTIONS AND PROGRAMS DURING CONSTRUCTION. : THE CONTRACTOR SHALL BE RESPONSIBLE FORVERIFYING THE LOCATION OF ALL UNDERGROUND UTILITIES, ELECTRICAL CABLES, CONDUITS, AND IRRIGATION LINES PRIOR'TO ANY CONSTRUCTION, SO THAT PROPER PRECAUTIONS MAYBE TAKEN NOT TO DAMAGE SUCH IMPROVEMENTS. : THE CONTRACTOR SHALL OBTAIN (AND KEEP IN FORCE DURING THE PERIOD OF THE CONTRACT) PUBLIC LIABILITY, WORKMAN'S COMPENSATION AND PROPERTYDAMAGE INSURANCE, AS REQUIRED BY ALL APPLICABLE CODES : THE CONTRACTOR SHALL BERESPONSIBLE FOR ANY DAMAGE CAUSED BY ITS OPERATIONSTO UTILITIES, EXISTING PLANTING, CONSTRUCTION, PERSONS, PROPERTY, ETC. AND SHALL PROVIDE PROTECTIVE MEANS TO : CONTRACTOR SHALL COORDINATE ALLLANDSCAPE CONSTRUCTION WITH APPROPRIATE TRADESTHROUGH THE CITY OF MOORPARK BEFORE STARTING WORK. : THE PLANTING PLANS ARE GENERALLYDIAGRAMMATIC AND INDICATIVE OF THE WORK TO BEINSTALLED. THE CONTRACTOR SHALL MAKE MINORADJUSTMENTS DURING INSTALLATION TO AVOID CONFLICTS FOR INITIATING, MAINTAINING AND SUPERVISING ALL SAFETY AND REGULATIONS. LIABLE FOR DAMAGE GUARD AGAINST DAMAGE. COORDINATION PLANTING PLANS INSURANCE UTILITIES SAFETY : THE CONTRACTOR SHALL BE A C-27 : ALL LANDSCAPE PLANTING WITHIN THESE DRAWINGS AND SPECIFICATIONS SHALL CONFORM TO ALL APPLICABLE GOVERNING CODES AND ORDINANCES (LOCAL, COUNTY & STATE). : THE CONTRACTOR SHALLOBTAIN, COORDINATE AND PAY FOR ALL PERMITS, FEES AND : CONTRACTOR SHALL VERIFY ALLDIMENSIONS AND SITE CONDITIONS BEFORE STARTING WORK.THE LANDSCAPE ARCHITECT AND CITY OF MOORPARK SHALL BENOTIFIED IMMEDIATELY UPON ANY DISCOVERY OFDISCREPANCIES. IN THE EVENT THIS NOTIFICATION IS NOTPERFORMED, THE LANDSCAPE CONTRACTOR SHALL ASSUMEFULL RESPONSIBILITY FOR ANY REVISIONS NECESSARY. : THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY ENCROACHMENT ONTO ADJACENTPROPERTY, RIGHT-OF-WAYS, EASEMENTS, SET-BACKS OR ANYOTHER LEGAL PROPERTY RESTRICTIONS EITHER MARKED OR : THE CONTRACTOR IS SOLELY RESPONSIBLE FOR ALL CONSTRUCTION METHODS, MEANS, SEQUENCES, PROCEDURES AND TECHNIQUES. THELANDSCAPE ARCHITECTURAL FIRM IS NOT LIABLE FOR CALIFORNIA STATE LICENSED LANDSCAPE CONTRACTOR. LIABLE FOR ENCROACHMENT METHODS OF CONSTRUCTION CONSTRUCTION METHODS. UNMARKED. PERMITS AND INSPECTIONS FIELD VERIFICATION ORDINANCES AND REGULATIONS AGENCY INSPECTIONS AS REQUIRED. LICENSE A. GENERAL NOTES : IT SHALL BE THE CITY OF MOORPARK'S RESPONSIBILITY ININVITING AND OBTAINING BIDS, SETTING ITS PROVISIONS ANDINSTRUCTIONS TO BIDDERS, SECURING THEIR BONDS ANDWORKERS COMPENSATION INSURANCE CERTIFICATES, ETC. TOFULLY ENSURE THE QUALITY AND TIMELY COMPLETION OF THE : CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIALS, EQUIPMENT AND SERVICES NECESSARY TO FURNISH AND INSTALL A COMPLETE ALL LANDSCAPING PER THE DRAWINGS AND SPECIFIED WITHIN. : THESE DOCUMENTS MAY CONTAINERRORS, OMISSIONS, CONTRADICTIONS, ETC. THECONTRACTOR SHALL REVIEW ALL DOCUMENTS THOROUGHLYAND SHALL NOTIFY THE LANDSCAPE ARCHITECT AND CITY IMMEDIATELY UPON ANY SUCH DISCOVERY OF DISCREPANCY.GOVERNING CODES SHALL THEN APPLY. SCOPE OF WORK PLAN VERIFICATION PROJECT. BIDDING TEST, HE SHALL UNCOVER HIS WORK AT HIS OWN EXPENSE. E. TREE AND SHRUB REQUIRED. IT SHALL BE UP TO THE CONTRACTOR TO SHOWTHAT AMPLE QUANTITIES OF THE REQUIRED MATERIALS WEREUSED AND INSTALLED IN ACCORDANCE WITH THESE PLANS AND : THE CITY OF MOORPARK OR : TREE STAKES SHALL BE SCH 40 : WORK SHALL CONSIST OF FURNISHING ALLMATERIALS, SERVICES AND EQUIPMENT NECESSARY TO COMPLETELY INSTALL ALL LANDSCAPE WORK AS INDICATED ON : ALL PLANTS SHALL BE HEALTHY, WELLESTABLISHED NURSERY STOCK, FREE FROM INSECTS ANDTHEIR EGGS AND DISEASES. PLANTS SHALL BE FURNISHED INTHE QUANTITIES REQUIRED TO COMPLETE THE WORK ASINDICATED ON THE DRAWINGS AND SHALL BE OF THE SPECIESAND SIZES INDICATED ON THE PLANT LIST. ALL PLANTS SHALLBE INSPECTED AND APPROVED PRIOR TO PLANTING. LANDSCAPE ARCHITECT MAY REJECT ANY PLANT MATERIALREGARDED AS UNSUITABLE AT ANY TIME AT NO ADDITIONAL : ALL PLANTS SHALL BE HANDLED AND STORED SO THEY ARE ADEQUATELY PROTECTED FROM DRYING OUT, SUN, WIND BURN, VANDALISM OR ANY OTHER INJURY. : ALL SPECIMEN TREES CALLED OUT ON PLANTO BE TAGGED SHALL BE SELECTED BY LANDSCAPE HANDLING/STORAGE REJECTION OF PLANT MATERIAL COST TO THE CITY OF MOORPARK. TREE STAKES AND GUYS TREE TAGGING ARCHITECT. THE DRAWINGS AND HEREIN SPECIFIED. PLANT MATERIALS SPECIFICATIONS. SCOPE OF WORK AFTER IT HAS BEEN INSPECTED, TESTED AND APPROVED, THECONTRACTOR SHALL MAKE ALL REPAIRS NECESSARY TO THE - PRIOR TO JOB SITE MEETINGS AND REQUIRED INSPECTIONS AT COMPLETION OF SOIL PREPARATIONCOMPLETION OF WEED CONTROL GRADING CHECK PRIOR TO GROUND COVERPROGRESS/INSTALLATION INSPECTION 30, 60, & 90-DAY MAINTENANCE INSPECTIONS : WORK SHALL BE COMPLETED UPON FINAL APPROVAL BY CITY OF MOORPARK AND LANDSCAPE ARCHITECT.A FINAL INSPECTION SHALL BE HELD UPON THE COMPLETION OF THEWORK PROVIDING THE CONTRACTOR HAS COMPLETED THEINSTALLATION OF ALL PHASES OF THE CONTRACT ANDCONFORMED TO ALL REQUIREMENTS OF THESE : THE FOLLOWING LIST COMPRISES THE PRINCIPLEMATERIALS BUT DOES NOT SET THE LIMITATION FOR MATERIALS I. SPECIFICATIONS. GENERAL COMPLETION PRE-JOB MEETING ON SITE COMMENCEMENT OF WORKDURING SOIL PREPARATION PLANT MATERIAL INSPECTION COMPLETION OF PLANTING CITY OF MOORPARK'S SATISFACTION. B. C. D. E. F. G. H. A. IRRIGATION LINES, CONTRACTOR SHALL MAKE FIELD WATER THOROUGHLY, BACKFILLING WITH ADDITIONAL MIX HEREIN AT THE CONTRACTOR'S EXPENSE TO THE : TREE LOCATIONS TAKE PRECEDENCE OVER : CONSTRUCT A SIX INCH DEEP WATER BASIN,MULCH WITH A TWO INCH LAYER OF REDWOOD SHAVINGS, AND : ALL NURSERY STAKES SHALL BE REMOVED ANDALL TREES SHALL BE INSTALLED WITH SCH 40 STAKES DRIVEN 3 FEET INTO THE GROUND. TREE STAKES SHALL NOTPIERCE THE ROOTBALL AND NOT INJURE TREE ROOTS. SEE : TREE TIES SHALL BE FASTENED TO THE TREE ANDSTAKE BY LOOPING THE TIES IN FIGURE 8'S WITH THE INSIDEOF THE TREE TRUNK. FASTEN TIE TO THE STAKE WITH ONE : ALL DEFECTS IN TREE AND SHRUB PLANTING SHALL BE CORRECTED THROUGH THE GUARANTEE PERIOD SPECIFIED TREE TIES GALVANIZED ROOFING NAIL. SATISFACTION OF THE CITY REPRESENTATIVE. DEFECTS ADJUSTMENTS AS NECESSARY. WHERE VOIDS APPEAR. TREE PLANTING DETAILS. TREE STAKES TREE LOCATIONS WATER BASIN : FINISH GRADE OF ALLSHRUBBERY AND GROUND COVER AREAS SHALL BE TWO : EXCAVATE PITS WITH SQUARE AND DEPTH PER DETAIL, IN THE LOCATIONS SHOWN ON THE DEPTH THAN THE SIZE OF THE PLANT CONTAINER. FINISH GRADE. BACKFILL BALANCE OF PIT WITH THEFOLLOWING PREPARED MIXTURE OR PER SOILS REPORT: AGRIFORM PLANT TABLETS, 1 PER GALLON, 2 PER 5 GALLON, 4 PER 15 GALLON, AND 6 PER BOX FOR INCHES BELOW THE GRADE OF ADJACENT WALKS, PAVEMENTS,CURBS, ETC., EXCEPT WHERE WATER FLOWS ACROSS SAME. : PLANT ALL PLANTS AT THEIR NATURAL GROWING VERTICAL SIDES, 2 TIMES THE DIAMETER, AND 12" GREATER IN : BACKFILL TO BOTTOM OF ROOT BALLWITH PREPARED BACKFILL MIXTURE, TAP FIRMLY, SET PLANT INCENTER OF PIT IN A VERTICAL POSITION, CROWN LEVEL WITH EXCAVATED PITS 10 PARTS TOP SOIL 5 PARTS REDWOOD SHAVINGS 1/4 LB. BONE MEAL SPECIMENS LARGER THAN 15 GALLON. BACKFILL MIXTURE FINISH GRADE AT SHRUB AREAS PLANTING NOTES PLANT DEPTH DRAWINGS. : THE FOLLOWING : THE CONTRACTOR SHALL OBSERVATIONS SHALL BE INITIATED BY THE CONTRACTOR ANDCOORDINATED THROUGH THE CITY OF MOORPARK. THE CONTRACTOR SHALL NOTIFY THE CITY OF MOORPARK (JOB SUPERINTENDENT) AND LANDSCAPE ARCHITECT NOT LESSTHAN FORTY-EIGHT (48) HOURS IN ADVANCE OF ANYOBSERVATION. CONTINUED WORK WITHOUT OBSERVATION OFANY REQUIRED CHANGES OR MODIFICATIONS TO BE AT THECONTRACTOR'S EXPENSE. THE CITY OF MOORPARK (JOBSUPERINTENDENT) SHALL INFORM THE LANDSCAPE ARCHITECTAS TO THE PURPOSE AND TIME OF THE OBSERVATION FORTY- NOT ALLOW NOR CAUSE ANY OF THE WORK TO BE COVEREDOR ENCLOSED UNTIL IT HAS BEEN INSPECTED, TESTED ANDAPPROVED BY THE CONSULTING ENGINEER OR AUTHORIZEDREPRESENTATIVE AND/OR GOVERNMENTAL AUTHORITY HAVINGJURISDICTION OVER THE WORK. SHOULD ANY OF THE WORKBE ENCLOSED OR COVERED BEFORE SUCH INSPECTION AND EIGHT (48) HOURS IN ADVANCE. CLOSING OF NOT INSPECTED WORK FIELD OBSERVATION COORDINATION ELEVATIONS ARE DETERMINED. FINISH GRADES SHALL BE NATURAL RUN-OFF OF WATER WITHOUT LOW SPOTS OR SHALL BE THE MAXIMUM GRADIENT POSSIBLE. WITH THE PLANS, DETAILS AND SPECIFICATIONS OF CIVIL : FINISH GRADES SHALL BE THOSE INDICATEDON THE DRAWINGS OR AS MAY BE CONTROLLED BY EXISTINGINSTALLATIONS. GRADES NOT OTHERWISE INDICATED SHALLBE UNIFORM. STRAIGHT LEVELS BETWEEN POINTS WHERE SMOOTH AND EVEN OF A UNIFORM PLANE WITH AN ABRUPTCHANGES IN THE SURFACE. MINOR MODELING OF THE GROUNDSURFACE MAY BE REQUIRED. GRADES SHALL PROVIDE FOR THE POCKETS. FLOW LINES SHALL BE SET BY INSTRUMENT AND : THE CONTRACTOR SHALL BE RESPONSIBLE FORPOSITIVE DRAINAGE IN ALL PLANTING AREAS IN ACCORDANCE : FINISH GRADE OF ALL TURFAREAS SHALL BE ONE INCH BELOW THE GRADE OF ADJACENT OR AS SPECIFIED BY THE CITY REPRESENTATIVE. FINISH GRADE AT TURF AREAS WALKS, PAVEMENTS, CURBS, ETC. DRAINAGE FINISH GRADE POST INSTALLATION MAINTENANCE GUIDELINES A SCHEDULE FOR ONGOING MAINTENANCE SHALL BE PREPARED AND SHOWN ON THE PLANTING PLAN USING THE FOLLOWING GUIDELINES. A. B. C. D. E. F. G. H. I. J. ANY ALTERATIONS TO THE LANDSCAPE MUST BE APPROVED BY THE DIRECTOR OF PLANNING AND COMMUNITY DEVELOPMENT. CONTROL ALL HARMFUL DISEASES AND PESTS. ALL CHEMICAL APPLICATIONS MUST BE PER STATE LICENSED ADVISORS AND APPLICATIONS. PRUNING SHALL BE DONE TO KEEP PLANTS WITHIN SPECIAL LIMITATIONS, REMOVAL OF DEADWOOD, CROSS-BRANCHING, ETC., PER INTERNATIONAL SOCIETY OF ARBORICULTURE STANDARDS (ISA). PLANTS SHALL NEVER BE SHEARED UNLESS SPECIFIED ON THE APPROVED PLAN. TREES ARE TO BE ALLOWED TO GROW TO THE DESIGNED SIZE TO PROVIDE MAXIMUM SHADING OF PAVED AREAS. WATER SHALL BE APPLIED FOR OPTIMUM PLANT GROWTH WITH MINIMAL RUNOFF OR OVERSPRAY. ADJUST CONTROLLERS PER CURRENT CALIFORNIA IRRIGATION MANAGEMENT INFORMATION SYSTEM (CIMIS) DATE (805) 664-4921. ALWAYS REPLACE HEADS WITH SAME KIND OR MATCHING PRECIPITATION RATE. BACKFLOW DEVICE SHALL BE TESTED AND CERTIFIED ANNUALLY BY THE VENTURA COUNTY ENVIRONMENTAL HEALTH DIVISION. INSPECT TREE SUPPORTS FREQUENTLY AND REMOVE AS SOON AS PLANTS WILL STAND WITHOUT SUPPORT AND WILL BE ABLE TO RESIST WIND DAMAGE. NEVER ALLOW SUPPORT MATERIALS TO GIRDLE TRUNK OF BRANCHES. LANDSCAPE IRRIGATION SHALL BE SCHEDULED DURING THE NIGHT OR EARLY MORNING HOURS. A REGULAR MAINTENANCE SCHEDULE SHALL INCLUDE CHECKING, ADJUSTING, AND REPAIRING THE IRRIGATION EQUIPMENT; AERATING AND DETACHING TURF AREAS; REPLENISHING MULCH; FERTILIZATION; PRUNING, WEEDING, AND REMOVING LITTER IN ALL LANDSCAPED AREAS. FINAL INSPECTION: WILL BE HELD AT THE END OF THE 90-DAY MAINTENANCE PERIOD. : AT THE END OF EACH THIRTY DAY PERIOD OFMAINTENANCE, THE CONTRACTOR SHALL DO THE FOLLOWING. OVERSEED ALL SPOTS OR AREAS WHERE NORMAL SODESTABLISHMENT IS NOT EVIDENT. REMOVE ALL ROCKS OROTHER DEBRIS THAT CONSTITUTE A HINDRANCE TO MOWING.FILL ALL DEPRESSIONS AND ERODED CHANNELS WITH SUFFICIENT TOP SOIL TO RAISE TO PROPER GRADE, COMPACTLIGHTLY AND RESOD THE FILLED AREAS. : TURF AREAS SHALL BE TREATED WITH A BROADLEAF WEED KILLER APPLIED PER : FERTILIZE ALL TURF AREAS WITHCOMMERCIAL FERTILIZER, 16-6-8 MINIMUM ANALYSIS, AT THERATE OF TEN (10) POUNDS PER 1000 SQ. FT. OF AREA. : MOW ALL TURF AREAS BEFORE THEY REACH A HEIGHT OF THREE INCHES WITH MOWER SET AT TWO INCHES.MAINTAIN ALL TURF AREAS AT A TWO INCH HEIGHTTHROUGHOUT THE MAINTENANCE PERIOD. : THE CONTRACTOR SHALL RE-HYDROSEED ALL HYDROSEEDED AREAS ERODED OR NON-GERMINATING AT THE END OF EACH THIRTY DAYS. : DURING THE COURSE OF THE MAINTENANCE WORK, THE CONTRACTOR SHALL REMOVE SURPLUS MATERIALS AND DEBRIS FROM THE SITE AND SHALL MAINTAINTHE PREMISES IN A NEAT AND CLEAN CONDITION AT ALL TIMES. RE-HYDROSEEDING CLEAN UP MOWING TURF WEED CONTROL TURF FERTILIZER MANUFACTURER'S RECOMMENDATIONS. TURF AREAS EACH AREA AND ZONE OF EXPOSURE SO THAT THE OPTIMUM : CULTIVATE AND WEED ALL : A CERTIFIED TECHNICIAN AMOUNT OF WATER IS APPLIED AT THE PROPER TIMES WITHOUT PLANTED AREAS AT REGULAR INTERVALS NOT TO EXCEED 15DAYS. EXERCISE CARE WHEN CULTIVATING TO AVOID DAMAGE : A CERTIFIED TECHNICIAN SHALLAPPLY CHEMICAL HERBICIDES TO CONTROL WEEDS AT THE OPTION OF THE CONTRACTOR AND UPON PRIOR APPROVAL BY SHALL SPRAY AS NECESSARY TO CONTROL ALL INFESTATIONS. : THE CONTRACTOR SHALL TAKE THE NECESSARY STEPS TO ELIMINATE ANY RODENTS : ALL PRUNING SHALL BE IN ACCORDANCE WITH ARBORS GUIDELINES. DAMAGED, DEAD OR DRYINGBRANCHES SHALL BE REMOVED BACK TO A POINT OF : DURING THE MAINTENANCE PERIOD, SHOULD ANY PLANT SHOW WEAKNESS AND PROBABILITY OFDYING, IT SHALL BE REPLACED BY THE CONTRACTOR WITHIN 5 DAYS OF NOTIFICATION TO DO SO. AT THE END OF THEMAINTENANCE PERIOD, ALL PLANT MATERIAL SHALL BE IN A RODENT CONTROL PLANT REPLACEMENTS ENCOUNTERED ON SITE. HEALTHY, GROWING CONDITION. GROWTH. PRUNING CHEMICAL HERBICIDES OVERTHROW ONTO WALLS, WALKS, ETC. CULTIVATING AND WEEDING TO ROOTS OF THE GROWING PLANTS. THE LANDSCAPE ARCHITECT. PEST AND DISEASE CONTROL : WATER ALL PLANTINGS TO ASSURE COMPLETEGERMINATION OF ALL SEEDED AREAS AND CONTINUEDGROWTH OF THE PLANTS. AREAS THAT DO NOT HAVEADEQUATE IRRIGATION COVERAGE OR WHICH MAY REQUIREADDITIONAL DEEP WATERING SHALL BE WATERED BY HAND AS : ADJUST ALL IRRIGATION HEADS IN IRRIGATION COVERAGE WATERING REQUIRED. L. MAINTENANCE NOTES : THE MAINTENANCE PERIOD SHALL BEFOR 90 CALENDAR DAYS BEGINNING ON THE DAY OF THE CHECKINSPECTION AFTER ALL WORK HAS BEEN INSTALLED ANDAPPROVED BY THE LANDSCAPE ARCHITECT.THE MAINTENANCE PERIOD MAY BE EXTENDED TO INCLUDE ANYADDITIONAL TIME THAT MAY BE REQUIRED TO MEET THEREQUIREMENTS OF THE WORK SPECIFIED. : THE GENERAL CARE AND MAINTENANCE OF ALLAREAS SHALL CONSIST OF PROPER WATERING, FERTILIZATION,WEEDING, RODENT CONTROL, CLEANUP, ETC. : ALL PLANT MATERIALS SHALL BE CHECKED ANDMAINTAINED AS REQUIRED IN AN ONGOING PROGRAM TO GENERAL ASSURE A SAFE ENVIRONMENT. SAFETY MAINTENANCE PERIOD FRESH AND CLEAN. PLANTING NOTES : APPLY TREFLAN OR APPROVED PRE-EMERGENT IMMEDIATELY AFTER PLANTING TO ALLGROUNDCOVER AREAS. HYDROSEEDED AREAS NOT : ALL DEFECTS IN GROUNDCOVER PLANTING SHALL BE CORRECTED THROUGH THE GUARANTEE PERIOD SPECIFIED HEREIN AT THE CONTRACTOR'S EXPENSE TO THESATISFACTION OF THE CITY OF MOORPARK. PRE-EMERGENT INCLUDED. DEFECTS BEEN PLANTED. ANY PLANTINGS SHOWING EVIDENCE OFDRYING OUT OR BADLY WILTING WILL NOT BE ACCEPTED. : WATER THOROUGHLY AFTER SUFFICIENT AREA HASWATERING PLANTING SPECIFICATIONS MOORPARK AUTHORIZED REPRESENTATIVE CONTRACTOR'S EXPENSE. 277